Thanks to visit codestin.com
Credit goes to www.scribd.com

0% found this document useful (0 votes)
169 views46 pages

Technical Specification

The document provides specifications for various materials and components to be used for a sewage project. It lists over 50 BIS/ISO codes for standards related to concrete, steel, pipes, aggregates, soils, water meters and other materials. The specifications cover chapters on general guidelines, pipelines, RCC sumps, sewage treatment plants, pumps, cabling, valves, delivery pipes, name plates, electric sub-stations and road specifications. It also lists suggested brands of equipment.

Uploaded by

anupmohapatra
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
169 views46 pages

Technical Specification

The document provides specifications for various materials and components to be used for a sewage project. It lists over 50 BIS/ISO codes for standards related to concrete, steel, pipes, aggregates, soils, water meters and other materials. The specifications cover chapters on general guidelines, pipelines, RCC sumps, sewage treatment plants, pumps, cabling, valves, delivery pipes, name plates, electric sub-stations and road specifications. It also lists suggested brands of equipment.

Uploaded by

anupmohapatra
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 46

95

Annexure ‘E’
Specifications for Sewage Related Jobs

Table of Contents
S.No. Chapters Page No.

1.0 General 95

2.0 Pipeline 99

3.0 RCC Sump 109

4.0 Sewage Treatment plant 112

5.0 Pumps for sewage pumping

Part I Non Clog Submersible pumps 121

Part II Specifications for 415 V induction motors 123

Part III Cabling and motor control panel 125

Part IV Non Return valves 126

Part V Delivery Pipes 127

Part VI Rating and Name Plates 128

-6.0 Electric Sub-Station 129

7.0 Specifications of Road 135

8.0 Suggested Brands of Equipment 136


96
97

Chapter 1
General:
The specifications for this project & various components thereof shall be as follows:

1.0 The specifications for various material to be used for the project shall confirm to BIS/IS/ISO
standards with uptodate amendments as given below:

BIS/BS/ISO CODE No.


S. No. Title
(YEAR)
1 IS 5 (2007) Colour for Ready Mixed Paints and Enamels
2 IS 210 (2009) Grey Iron Castings
3 IS 269 (1989) Specification for Ordinary Portland Cement (33 Grade)
Specification for Coarse and Fine Aggregates From Natural
4 IS 383 (1970)
Sources For Concrete
Mild Steel and Medium Tensile steel bars and hard steel wire for
5 IS 432-1 (1982) concrete Reinforcement part-01 Mild Steel And Medium Tensile
Steel Bars
Mild Steel and Medium Tanium Tensile Steel Bars and Hard Drawn
6 IS 432-2 (1982) Steel Wire for Concrete Reinforcement part-02 Hard Drawn Steel
Wire
7 IS 438 (2006) Aluminium power for explosive and pyrotechnic compositions
8 IS 455 (1989) Portland Slag Cement
9 IS 456 (2000) Plain and Reinforced Concrete
Code Of Practice For General Construction Of Plain And Reinforced
10 IS 457 (1957)
Concrete For Dams and Other Massive Structure
11 IS 458 (2003) Precast Concrete Pipes (With And Without Rein For Cement
12 IS 516 (1959) Method Of Tests For Strength OF Concrete
13 IS 779 (1994) Water Meters
14 IS 783 (1985) Code of Practice for Laying of Concrete Pipes
15 IS 875-1 (1987) Code of Practice for Design loads for Buildings and Structures
Code of Practice for Design loads for Buildings and Structures
16 IS 875-2 (1987)
Imposed Loads
Code of Practise for Design Loads for building and Structures Wind
17 IS 875-3 (1987)
Loads
18 IS 875-4 (1987) Code of Practice for Design Loads
19 IS 875-5 (1987) Code of Practice for Design Loads
20 IS 1199 (1959) Methods of sampling and analysis of concrete
21 IS 1239 Part 1 (2004) Steel Tubes, Tubulars And other Wrought Steel Fitting
22 IS 1239 Part 2 (2011) Steel Tubes, Tubulars And other Steel Fittings
23 IS 1343 (1980) Code of practice for Pre-stressed Concrete
24 IS 1489-1 (1991) specification for Portland -Pozzolana Cement
specification for Portland Pozzolana Cement, Part 2 (Calcined Clay
25 IS 1489-2 (1991)
Based)
26 IS 1538 (1993) Cast iron fittings for pressure pipes for water, Gas and sewage
27 IS 1786 (2008) High strength deformed steel bars and wires for concrete
28 IS 1834 (1984) Hot applied sealing compounds for joints in Concrete specification
29 IS 1834 (1984) Hot applied sealing compounds for joints in Concrete specification
30 IS 1865 (1991) Iron Castings with Spheroidal or nodular Graphite
31 IS 1893-1 (2002) Criteria for Earthquake Resistant Design of Structures
32 IS 1893-4 (2005) Criteria for Earthquake Resistant Design of Structures
33 IS 2386-1 (1963) Methods of test for aggregates for concrete
34 IS 2386-2 (1963) Methods of test for aggregates for concrete
35 IS 2386-3 (1963) Methods of test for aggregates for concrete
Methods of test for aggregates for concrete Part 4 (Mechanical
36 IS 2386-4 (1963)
properties)
98

Method Of Tests For Polyethylene moulding materials and


37 IS 2530 (1963)
polyethylene compounds
Method Of Tests For Soils, Part 1( Preparation of Dry soil samples
38 IS 2720-1 (1983)
for various test )
Method Of Tests For Soils, Part 7 (Determination of Water Content-
39 IS 2720-7 (1980)
Dry density relation using light compaction )
Method Of Tests For Soils, Part 8 (Determination of Water Content-
40 IS 2720-8 (1983)
Dry density relation using heavy compaction )
Method Of Tests For Soils, Part XV (Determination of Consolidation
41 IS 2720-15 (1965)
Properties)
Code Of Practice Concrete Structure For The Storage of Liquids,
42 IS 3370-1 (2009)
Part 1 (General Requirements)
Code Of Practice Concrete Structure For The Storage of Liquids,
43 IS 3370-2 (2009)
Part 2 (Reinforced Concrete Structures )
Code Of Practice Concrete Structure For The Storage of Liquids,
44 IS 3370-3 (1967)
Part 3 (Pre stressed Concrete Structures )
Code Of Practice Concrete Structure For The Storage of Liquids,
45 IS 3370-4 (1967)
Part 4 (design tables )
46 IS 3389 (2001) Steel pipe for water and sewerage
47 IS 3597 (1998) Concrete pipe (methods of test)
Specification for polarized fuel Ash, part 1 for use as pozzolana in
48 IS 3812-1 (2003)
cement (Cement Mortar and Concrete )
specification for pulverized Fuel Ash Part 2 For use as Admixture in
49 IS 3812-2 (2033)
Cement Mortar and Concrete)
50 IS 3913 (2005) Suspended sediment load samplers
51 IS 3917 (2003) Scoop Type Bed Material Samplers
ISO 4064 -1 (2014) Fourth Water meters for cold potable water and hot water
52
Edition Part -1: Matrological and technical requirements
ISO 4064 -2 (2014) Fourth Water meters for cold potable water and hot water
53
Edition Part -2:Test methods
ISO 4064 -3 (2014) Fourth Water meters for cold potable water and hot water
54
Edition Part -3:Test Report format
Measurement of water flow in fully charged closed conduits - Meters
ISO 4064 -1 (2005 ) Third
55 for cod potable water and hot water
Edition
Part :1 Specifications
Measurement of water flow in fully charged closed conduits - Meters
ISO 4064 -2 (2014) Third
56 for cod potable water and hot water
Edition
Part 2 : Installation requirements
Measurement of water flow in fully charged closed conduits - Meters
ISO 4064 -3 (2014) Third
57 for cod potable water and hot water
Edition
Part 3: Test methods and equipment
Pipes and fittings made of un plasticized polyvinyl chloride (PVC-U)
58 ISO 4422-4 for Water Supply
Part -4 Valves and ancillary equipment
General – Plastic Piping Systems for Polyethylene (PE) Pipes and
59 BS ISO 4427- Part 1 (2007)
Fittings for Water Supply
Pipes - Plastic Piping Systems for Polyethylene (PE) Pipes and
60 ISO 4427- Part 2 (2007)
Fittings for Water Supply
Fittings - Plastic Piping Systems for Polyethylene (PE) Pipes and
61 ISO 4427- Part 3 (2007)
Fittings for Water Supply
Fitness for the purpose of the system - Plastic Piping Systems for
62 ISO 4427- Part 5 (2007)
Polyethylene (PE) Pipes and Fittings for Water Supply
Methods for Measurement of Suspended Sediment in open
63 IS 4890 (1968)
channels
64 IS 4905 (1968) Methods for random sampling
65 IS 4926 (2003) Code of Practise Ready Mixed Concrete
66 IS 4984 (1995) High Density Polyethylene Pipe For Water Supply
67 IS 5120 (1977) Technical Requirements for roto dynamic Special Purpose
Criteria for design of Anchor Block for penstock with joints (First
68 IS 5330 (1984)
Revision)
69 IS 5382 (1985) Rubber Sealing Rings for Gas Mains, Water Mains and Sewers
99

70 IS 5477-1 (1999) Fixing the capacities of Reservoirs methods ,part 1


71 IS 5477-2 (1994) Fixing the capacities of Reservoirs methods ,part 2
72 IS 5477-3 (2002) Methods for fixing the capacities of Reservoirs methods ,part 3
73 IS 5477-4 (1971) Methods for fixing the capacities of Reservoirs methods ,part 4
74 IS 5600 (2002) Sewage and Drainage
code of Practice for water supply and drainage in high altitudes and
75 IS 6295 (1986)
/or sub –zero temperature regions
76 IS 6518 (1992) Code of practice for control of Sediment in reservoirs
77 IS 7328 (1992) High Density Polyethylene Materials for Moulding and Extrusion
78 IS 7357 (1974) Code of Practice for Structural design of surge tanks
79 IS 7634-1 (1975) Code of Practise for plastic pipes work for potable water supplies
Plastics Pipe Selection Handling Storage and Installation for
80 IS 7634-2 (2012)
Potable Water supplied
Plastics Pipe Selection Handling Storage and Installation for
81 IS 7634-3 (2003)
Potable Water supplies
82 IS 8008-1 (2003) Code of practice for control of sediment in reservoirs
IS 8062-1 (1976) Code of Practice for Cathodic protection of steel Structure :General
83
principles
IS 8062-2 (1976) Code of Practice for Cathodic protection of steel Structure :
84
Underground pipelines
85 IS 8062-3 (1977) Code of Practice for Cathodic protection of steel Structure
86 IS 8062-4 (1979) Code of Practice for Cathodic protection of steel Structure
87 IS 8112 (1989) Specification for 43 grade ordinary Portland cement
Centrifugally cast ductile iron Pressure Pipes for water, Gas and
88 IS 8329 (2000)
Sewage
Code for Acceptance test for centrifugal, maxed flow and axial
89 IS 9137 (1978)
pumps class c
90 IS 9523 (2000) Ductile Iron Fittings for Pressure Pipes for water, Gas and Sewage
Code of practice for Provision and Maintenance of water supplies
91 IS 9668 (1990)
and fire fighting
Determination of overall Migration of Constituents of Plastics
92 IS 9845 (1998)
Materials and articles intended to come in contract with foodstuffs
Positive List of constituents of polyethylene in Contact with
93 IS 10141 (2001)
Foodstuffs, Pharmaceuticals and Drinking Water
Polyethylene for its safe use in Contact with Foodstuffs
94 IS 10146 (1982)
Pharmaceuticals and Drinking Water
95 IS 10221 (2008) Casting and wrapping of underground mild steel pipelines
Specification for one part gun- grade polysulphide based joints
96 IS 11433-1 (1985)
sealants
Speciation for one part gun- grade polysulphide based joints
97 IS 11433-2 (1986)
sealants
98 IS 11682 (1985) Criteria for Design for Overhead Water Tanks
Recommendations for cement mortar lining for cast iron mild steel
99 IS 11906 (1986)
and ductile iron pipes and fittings for Transportation of water
Plastics piping systems for Water Supply and for Drainage and
100 EN 12201-2 (2011)
Sewerage under pressure- Polyethylene (PE)-Part 2 : Pipes
Plastics piping systems for Water Supply Polyethylene (PE) Part 3:
101 BS EN 12201 -3:2003
Fittings
102 IS 12330 (1988) Specification for sulphate resisting Portland
103 IS 12235-1 TO 19 (2004) Thermoplastics Pipes and Fittings
104 IS 12269 (1987) 53 Grade Ordinary Portland cement
105 IS 12288 (1987) Code of Practise for use and Laying of Ductile iron Pipes
106 IS 12592 (2002) Precast Concrete Manhole Cover And Frame
Ductile detailing of reinforcement concrete structures subjected to
107 IS 13920:1993
seismic forces
108 IS 14333 (1996) High Density Polyethylene Pipe For Sewerage
109 IS 14846 (2000) Sluice Valve For Works Purposes
110 IS 15388 (2003) Specifications for Silica Fume
100

Structured -Wall Plastics Pipe Systems For pressure drainage and


111 IS 16098-1 (2013)
sewerage
Structured -Wall Plastics Pipe Systems For Non-Drainage And
112 IS 16098-2 (2013)
sewerage
Structured -Wall Plastics Pipe Systems For Non-Drainage And
113 IS 16098 PART 2 (2013)
sewerage

NOTE:- Any other BIS/IS/ISO standards as may be required will also be applicable. Quality assurance program of
the manufacturer shall have to be enclosed with the detailed design and drawings.

2.0 The other part of the specifications for various components of the project shall be as per
provisions of clauses and sub clauses of chapters of Manual on Sewerage and Sewage
Treatment (Second Edition), CPHEEO Ministry of Urban Development Govt. of India

Design of Sewer Chapter 3


Sewer Appurtenances Chapter 4
Construction of Sewers Chapter 7
Maintenance of Sewerage System Chapter 8
Sewage and storm water pumping stations Chapter 9
Basic Design Considerations Chapter 10
Pre-treatment Screening and Grit Removal Chapter 11
Sedimentation Chapter 12
Aerobic Suspended Growth system Chapter 13
Aerobic attached growth system Chapter 14
Sludge Thickening, Dewatering, Digestion and Disposal Chapter 17
Sludge Pumping Chapter 18
Tertiary treatment of sewage for reuse Chapter 19
Effluent disposal and utilisation Chapter 20
Treatment plant operation and maintenance Chapter 23
Plant Control Laboratory Chapter 24

Disclaimer : Any specifications not covered above shall be as per best Engineering practice
or as directed by Engineer In Charge. In the event of any disparity between the
written specifications and BIS/IS/ISO provisions, the provisions in BIS/IS/ISO
shall prevail.

The item wise specifications to be followed by the Contractor are given in the subsequent Chapters.
101

Chapter 2
Providing, Laying and Jointing of Pipelines

1.0 Laying of Pipe Line


1.1. Excavation for Pipe Line Trenches/ Horizontal drilling
The pipe shall be laid by horizontal drilling. However where it is not possible open excavation will have to
be carried out. Tendered rate is supposed to cover cost of all such means i.e, either drilling or excavation
(soil, rock) by manual, mechanical or blasting.
1.2. Site Clearance
The pipe line alignment shall be cleared of all bushes, shrubs, roots, grass, weeds and if required trees,
coming in the alignment of pipe line in the trench width portion. The rates for excavation shall cover all
such site clearance work and no extra payment will be allowed on this account.
1.3. Alignment marking
After the work site is cleared as above, pipe line alignment with required trench width shall be marked on
the ground with apex points, curves etc, as shown on the drawings or as directed by the Engineer-in-
Charge in charge for the stretch where the work is to be started. The contractor shall provide all labour,
survey instruments, and materials such as strings, pegs, nails, bamboos, stones, mortar, concrete etc.
required for setting out and establishment of bench marks. The contractor shall be responsible for the
maintenance of bench marks and other marks and stakes as long as they are required for the work in the
opinion of the Engineer-in-Charge.
1.4. Working survey
Working survey of the pipeline alignment shall be carried out by the contractor before start of the
excavation work. The contractor shall provide all the instruments such as levelling instruments, steel
tape, ranging rods, strings, pegs etc. for carrying out the survey. Based on the working survey, the
alignments, L-section (depth of laying), grade, and location of manholes and inspection chambers shall
be finalized and got approved from the Engineer-in-charge.
1.5. Use of Machinery:
All excavations shall be carried out by Mechanical Equipment/Machinery unless, in the opinion of the
Engineer-in-Charge, the work involved and time schedule permit manual excavation.
1.6 Trench Width and Depth:
All buried pipelines shall be minimum 1 metre +/- 0.2 metre below ground level to maintain proper grade
unless other depths are approved by the engineer in charge. The trench width for respective pipe
diameters permissible as required under respective IS code for Pipeline laying and installation.
The trench width shall be constant throughout the trench depth, which will provide a clearance of about
0.30 m on either side of the pipe line.
The contractor may, for the facility of work or similar other reasons, excavate and also backfill later, if so
approved by the Engineer-in-Charges, at his own cost, outside the allowable trench width specified
above. Should any excavation be taken below the specified trench bottom, contractor shall fill it up to
required level, at his own cost, with the same material available at the trench bottom including watering
and compaction.
The excavation shall be taken down to such depths as shown in drawings. Excavation for extra depth
equal to the thickness of proposed pipe bedding shall be done below pipe soffit level for providing
bedding below pipe line wherever bedding is required. The trench bottom shall be excavated to proper
grade as shown on drawings. The contractor shall provide site rails and levelling instruments required
for checking the grade during excavation, bottom bedding and pipe laying Projections in rock excavation
shall be removed by chipping.

The contractor shall carryout extra excavation at the pipeline joints to be welded in the trench, as
required (minimum 0.6 m deep and 0.9 m lengthwise, all around the pipe), for facilitating proper welding
of the bottom joint from outside. The work of trench excavation should be commensurate with laying and
jointing of the pipe line. It should not be dug in advance for a length greater than 500 m ahead of work of
laying and jointing of pipeline unless otherwise permitted by the Engineer-in-Charge.
The minimum cover on pipe is to be maintained 1 metre+/- 0.2 metre. However the cover on pipe may
be modified to suitgradients and site conditions as per direction of Engineer-in-Charge.
102

1.7 Barricading and Guarding:


To protect persons from injury and to avoid damage to property, adequate barricades, construction
signs, red lanterns and guards as required shall be placed and maintained
During the progress of work, till filling of the trenches after pipes are laid and jointed. The lighting,
barricading, guarding of the trenches and the maintenance of watchman shall be done by the contractor
at his cost.
All precautions shall be taken during excavation and laying operation to guard against possible damage
to any existing structures, underground cables, pipe lines of water, gas, sewage etc. Any damage done
to such properties will have to be repaired / rectified by the contractor at his cost. The Contractor has to
ensure the following:
• Safety protections as mentioned above have to be incorporated in the work process.
• Hindrances to the public have to be minimized.
• The trench must not be eroded before the pipes are laid.
• The trench must not be filled with water when the pipes are laid.
• The trench must not be refilled before laying of the pipes.
The bed for the laying of the pipes has to be prepared according to the L-Section immediately before
laying of the pipes.
1.8. Re-use of Surface Material
All surface materials, which in the opinion of the Engineer-in-Charge, suitable for reuse in restoring the
surface shall be kept separate from the general excavation material, as directed by the Engineer-in-
Charge.
1.9. Stacking of Excavated Material
All excavated materials shall be stacked in such a manner that it does not endanger the work and
avoids obstructing foot paths and roads. Hydrants under pressure, surface boxes, fire and other utility
controls shall be left unobstructed and accessible until the work is completed. Gutters shall be kept
clean or other necessary provisions made for street drainage and natural water courses shall not be
obstructed. All the excavated material shall be the property of the Employer and shall be stacked or
disposed of as directed by the Engineer-in-Charge.
1.10. Maintenance of Traffic
The work of excavation and pipe laying shall be carried in such a manner that it causes the least
interruption to traffic and the road / street may be closed in such a manner that it causes the least
interruption to the traffic. Where it is necessary for traffic to cross open trenches, suitable bridging
arrangement shall be provided. When the street is closed for traffic, suitable signs indicating that street
is closed shall be placed and necessary detour signs for proper maintenance of traffic shall be provided.
1.11. Structure Protection
Temporary support, adequate protection and maintenance of all underground and surface structures,
drains, sewers and other obstructions encountered in the progress of work shall be furnished under the
direction of the Engineer-in-Charge. The structures which have been disturbed shall be restored upon
completion of work.
1.12. Protection of Property
Trees, shrubbery fences, poles and all other property shall be protected unless their removal is allowed
by the Engineer-in-Charge. When it is necessary to cut roots and tree branches, such cutting shall be
done under the supervision and direction of the Engineer-in-Charge.
1.13. Avoidance of Existing Services
As far as possible, the pipeline shall be laid below existing services, such as water and gas pipes,
cables, cable ducts and drains but not below sewers. Excavation of the trenches shall be carried out to
the required depth accordingly. If it is unavoidable, the pipeline shall be suitably protected and lesser
trench depth in such cases can be allowed. A minimum clearance of 150 mm shall be provided between
the pipeline and such other services. When thrust or auger boring is proposed for laying pipeline across
roads, railway or other utilities, larger clearance as required shall be provided. Adequate arrangements
shall be made to protect and support the other services during excavation and pipe laying operations.
The work shall be so carried out as not to obstruct access to the other services for inspection, repair and
replacement. When such utilities are met with during excavation, the authority concerned shall be
intimated and arrangements made to support the utilities in consultation with them.
1.14. Bailing out of Water/Open and Close Timbering
1.14.1 Bailing out of Water
During the excavation if subsoil water is met with, contractor shall provide necessary equipment and labour
for dewatering the trenches. If pumping out subsoil water is found necessary, contractor shall provide
sufficient number of pumps for the same. The tendered rate shall cover all costs for bailing out of
103

water including hire charges of pumps, cost of diesel and labour etc. and hence, no extra payment shall
be allowed.

1.14.2 Open and Close Timbering


Contractor shall provide necessary materials labour& equipment’s for open timbering/close timbering/
steel or any other protection work required to be done during excavation. In case of open areas, shafts,
wells, cesspits, manhole including strutting, shoring and packing cavities(wherever required). The tender
rate shall cover all cost of materials, labour and equipments required and hence no extra payment shall
be allowed even timbering material is left permanent at site.
1.15. Disposal of loose boulders etc.
All loose boulders, Semidetached rocks, (along with earthy stuff which might move therewith), not
directly in the excavation but close to the area to be excavated, as to be liable, in the opinion of the
Engineer-in-Charge, to fall or otherwise endanger the workman equipment, or the work etc. shall be
stripped off and removed away from the area of the excavation. The method used shall be such as not
to shatter or render unstable or unsafe the portion which was originally sound and safe. The tendered
rate is supposed to cover this job and no extra payment will be allowed on this account.
1.16. Disposal of Excavated Material
All the excavated surplus material shall be disposed of on low lying Government land or as directed by
the Engineer-in-charge.
1.17. Moorum / Sand Bedding below Pipeline
In case of hard rock and black cotton soil, before lowering of the pipes in trenches, a layer of selected
moorum, available from excavated material under the same contract shall be provided below the pipe
line to act as bedding. The bedding shall be compacted properly including required watering and the
thickness of well compacted layer shall not be less than 150 mm. The bedding shall be provided for full
trench width with proper grade as shown on drawings.
2.0 Refilling the trenches
2.1. Use of selected excavated material
Filling of excavated material in trenches shall be commenced as soon as the joints of pipes and specials
have been tested and passed. The backfilling material shall be properly consolidated by watering and
ramming, taking due care that no damage is caused to the pipes and the outer coating.
Selected surplus spoils from excavated material shall be used as backfill. Fill material shall be free from
clods, salts, sulphate, organic or other foreign material. All clods of earth shall be broken or removed.
Where excavated material is mostly rock, the boulders shall be broken into pieces not larger than 150
mm size, mixed with properly graded fine material consisting of moorum or earth to fill up the voids and
the mixture used for filling.
2.2. Filling zones
For the purpose of back-filling, the depth of the trench shall be considered as divided in to the following
three zones from the bottom of the trench to its top:
Zone A:From the bottom of the Back-filling by hand with selected approved material available from
pipe (top of bedding) to the level of excavation, placed in layers of 150 mm and compacted by tamping.
the centre line of the pipe The back-filling material shall be deposited in the trench for its full
width on each side of the pipe, specials and appurtenances
simultaneously. Special care shall be taken to avoid damage of the
pipe and the coating or moving of the pipe.
Zone B:From the level of the Back-filling and compaction shall be done by hand or approved
centre line of the pipe to a level mechanical methods in layers of 150 mm; special care shall be
300 mm above the top of the pipe taken to avoid damage of the pipe and the coating or moving of the
pipe.

Zone C: Back-filling shall be done by mechanical methods in 150 mm.

2.3. All excavations shall be backfilled to the level of the original ground surfaces unless otherwise shown on
the drawings or ordered by the Engineer-in-Charge, and in accordance with the requirements of the
specification. The material used for backfill, the amount thereof, and the manner of depositing and
compacting shall be subject to the approval of the Engineer-in -Charge, but the Contractor will be held
responsible for any displacement of pipe or other structures, any damage to their surfaces, or any
instability of pipes and structures caused by improper depositing of backfill materials.
104

The back filled layers shall be wetted and compacted to a density of not less than 90 percent of the
maximum dry density at optimum moisture content of the surrounding material. Any deficiency in
the quantity of material for backfilling the trenches shall be supplied by the Contractor at his expense.
The Contractor shall at his own expense make good any settlement of the trench backfill occurring after
backfilling and until the expiry of the defects liability period.
On completion of pressure and leakage tests exposed joints shall be covered with approved selected
backfill placed above the top of the pipe and joints in accordance with the requirements of the above
specifications. The Contractor shall not use backfilling for disposal as refuse or unsuitable soil.
2.4. Fillings of the trench excavated in rock
In case of excavation of trenches in rock, the filling up to a level of 300 mm above the top of the pipe
shall be done with fine materials, such as soft soil, moorum etc. The filling up of the level of the centre
line of the pipe shall be done by hand compaction in layers not exceeding 150 mm, whereas the filing
above the centre line of the pipe shall be done by hand compaction or mechanical means in layers not
exceeding 150 mm. The filling from a level of 300 mm above the top of the pipe to the top of the trench
shall be done by mechanical methods with broken rock filing of size not exceeding 150 mm mixed with
fine material as available to fill up the voids.

2.5. Consolidation
The consolidation of the filled material shall be done to attain 95 % proctor density. The density of the
filled and compacted material shall be tested regularly and record maintained accordingly.

3.0 Ductile Iron PIPES (Pipes shall be procured only from the Manufacturers.)
3.1Supply, laying and jointing of DI Pipesand fittings.
The ductile iron pipe to be supplied and laid shall be DI K-7/K-9 as per IS 8329-2000, fittings for to
the pipe shall conform the provisions of IS 5382-1985, DI fittings confirming to IS 9523:1980
complete.
3.2 The laying of pipe shall be as per IS 12288:1987 with up to date amendments.
3.3The manufacturer and their associates(if any) should have the facility to carry out the internal coating / lining
and external coating / painting at factory for pipes and specials confirming to IS 11906:1986.
3.4 The DI pipe manufacturer should have valid BIS license from last 5 years (or valid BIS license from last
2 years with an experience of manufacturing and supplying at least 500 kms of various diameters of DI
pipe to any State/Central Govt. / board/organization of repute in last 3 years) and the pipes should be
manufactured conforming to IS 8329-2000 specification and further amendment to the code as on date
and duty ISI marked.
3.5 The DI pipe manufacturer should have in-house facility for carry out the following test for size DN 80-
DN1000:-
a) C -value determination arrangement
b) Type test for leak tightness as per ISO 2531:2009/BS EN 545/IS 8329:200.
3.6 DI pipe manufacturer should have the ISO 9001:2008 & ISO 2531:2009 certification for manufacture of
DI pipe.
3.7 A certificate for having supplied DI pipe of size proposed in the project for quantity 1/3 of the TENDER
requirement during last 3 years to any state/central Govt. department /board to be submitted by pipe
manufacturer.
The manufacturer should be able to demonstrate the conformity of the product to the requirement by
controlling the manufacturing process and by carrying out the various tests as specified in IS wherever
possible, statistical sampling techniques should be used to control the process so that the product is
produced within the specified limit. The successful bidder is required to submit the Quality Assurance
Program (QAP) of the manufacturer along with the documentary evidence of the production
capacity, BIS & ISO Certification as mentioned above for obtaining the approval of Employer &
Engineer-in-charge before production of pipes.
3.8 Each pipe or Fittings shall be marked with the standard mark, Lot/ Batch No., Period of
Manufacturing and as per the employer/purchasers requirement.

4.0 Supply, laying and jointing of Double Wall (Non-Smooth External Surface) Corrugated (DWC) wall
& Smooth Internal wall) Polyethylene Class SN 8 /High Density Poly Ethylene (HDPE) Pipe PN 2.5
PE 100 for Piping System for Non-Pressure underground Sewerage & Drainage Applications.
4.1 Scope
105

The specification for manufacturing, supplying, transportation, handling, stacking, installation, jointing,
and testing of Piping System for non-pressure underground Sewerage & Drainage Applications shall be
as below,
4.2 Applicable Codes
The manufacturing, testing at factory, supplying, transportation, handling, stacking, installation, jointing,
and testing at sites shall comply with all currently applicable National statutes, standards & codes. If
requirements of these specifications are at variance with any other standards, this particular document
shall be governed by the proceedings of:

IS16098 (Part-1) : Structured Wall Plastics piping Systems for non-pressure drainage and
2013 sewerage- Specification
Part 1: Pipes and fittings with smooth external surface, Type A

IS16098(Part-2) : Structured Wall Plastics piping Systems for non-pressure drainage and
2013 sewerage- Specification
Part 2: Pipes and fittings with non-smooth external surface, Type B

ISO 9001: 2008 Quality Management Systems


The testing, supplying, laying, jointing and testing at work sites of DWC/HDPE pipes shall be as per
standards and Codes. If requirements of this Specification conflict with the requirements of the
standards / Codes, this Specification shall govern.

Code No. Title/Specification

IS 14333 High Density Polyethylene Pipes for sewerage


IS 2530 Methods of test for polyethylene moulding materials and polyethylene compounds DI K7
Pipes, Joints and Fittings for use for Potable Water Supply

IS 5382 Rubber sealing rings for gas mains, water mains and sewers.
IS 4905 Methods for random sampling
IS 7328 High density polyethylene materials for moulding and extrusion
IS 7634 Laying & Jointing of Polyethylene (PE) Pipes

Other Indian standards which are integral part of above standard as normative references form a
significant portion of this specification document.
4.3 Inspection
The Contractor shall be responsible for the performance tests at the Manufacturer’s place in presence of
the Engineer-in-charge or the authorized representative(s) of the client and/or by the authorized
representative of PDMC, AMRUT.
The Pipe Manufacturer shall produce all necessary test certificates related to relevant Material
Characteristics of PE Material in Granular Form for each lot of Pipes as specified in the IS code. At the
time of inspection, before supply of the designated lot to the contractor, such certificates from the
manufacturer, duly supported by the purchaser’s invoices shall be made available to the employer with
proper endorsement from the inspecting agency.
The employer reserves the right to inspect the Pipe Manufacturer’s unit if required to evaluate the
capacity/ capability/ Quality Assurance before extending their clearance to the contractor towards
procurement of pipes.
The Employer reserves the right to test Pipe samples of Pipe & Fittings picked up at random from project
site stack yard/storage for performance test at any Govt. authorized National Testing Laboratories or
NABL Accredited laboratory.
4.4 Transportation
While loading the pipes onto the truck, care should be taken that the coupler- end should be arranged
alternatively in the corresponding layers so as to avoid the damage to the coupler/ socket ends.
106

4.5 Handling
Following Recommendations shall be followed while handling the pipes:
Adherence to National Safety requirements
Pipes to be smoothly lowered to the ground
Pipes should not be dragged against the ground to avoid the damages to the Coupler/pipes.
900mm and larger diameter pipes are carried with Slings at two points spaced approximately at 3
Meters apart.
For smaller diameters (450 mm to 900 mm, both exclusive) one lift point shall besufficient& can be
handled either manually or mechanically.
For diameters smaller than or equal to450 mm, manual labour can be used.
Do not use a loading Boom or Fork Lift directly on or inside pipe.

4.6 Pipe Storage at Site


Stockpiling shall be done temporarily on a Flat Clear Area as per IS 16098 (Part-
2). For avoiding collapse of Stacks, use Wooden Posts or Blocks
Stacking shall not be higher than 2.5 Meters
While stacking, alternate the socket/coupler ends at each row of stacked pipes.

5.0 Lowering, Laying & jointing of Pipes


The width of a Sewer Trench depends on the soil condition, type of side protection needed and the
working space required at the bottom of Trench for smooth installations. The Minimum Trench Width is
specified as per Table below:

Indicative Trench Widths**


Pipe Diameter (mm) Trench Width (M)
75-200 0.6
250 0.7
300 0.8
400 0.9
600 1.2
800 1.3
1000 1.8
The pipe segment between two manholes shall be laid approximately in straight line without any vertical
undulations (at prescribed Gradient) only in case of curve if found necessary. The piping system shall rest
on the carefully prepared bedding portion of the Backfill Envelope as per IS-16098 (Part- 2) (Annexure –
A) and at appropriate jointing locations the trenches shall be excavated deeper to accommodate the
bulges of coupler-spigot joints. However, special care shall be ensured as mentioned below:-
Excavation of trenches shall be carried out in accordance with the approved drawing & specifications
and as directed by the engineer-in-charge as well.
The piping system shall be laid and jointed in true to gradient with the help of sight rails and boning
rods as detailed in Manual on Sewerage and sewerage treatment CPHEEO, MoUD, GoI, New Delhi.
The levels need be checked with calibrated modern Levelling Instrument. Specific care shall be
taken to prevent entry of sand / mud /slush/ any other foreign material etc into the system during the
installation operation.
A minimum cover of 600 mm should be maintained or as directed by the Engineer-in-Charge.
The bedding area (ref. Annexure A) is an essential portion of Back fill Envelope and shall be constructed
with proper bedding material as computed in accordance with appropriate national code of practice for
structural bedding design mentioned in the list of normative references under IS 16098-2.The bedding
shall be laid to specified thickness and gradient with proper manual compaction of the
aggregate.Indicative installation details with suggestive ‘Backfill Envelop’ have been shown in Annexure
Aas per IS-16098 (Part- 2).
107

The moulded on-line coupler (or separate coupler integrated to the pipe in case of lower sizes) will have a
suitable internal surface to push-fit the said end over the spigot end of the next pipe. On first valley of the
corrugation of said spigot end (destined to receive the pushed coupler), the sealing rubber ring of
standard quality shall be placed so that the coupler end of the pipe smoothly but tightly slides over the
sealing ring for making an absolute watertight joint. Similar system is also used for fabricated accessories
or moulded fittings requiredReducer end caps for the purpose of installation of the system related to
drainage/sewerage.
For quality connections following steps are to be ensured, failing which the performance aspects are to
be severely compromised:-
The non-coupler (socket) end needs to be thoroughly cleared and shall be free from any foreign
material
Clean and lubricate the coupler end of the pipe, if required.
Lubricate the exposed Gasket in the same manner, if required.
Keep the non-coupler end free from dirt, backfill material, and foreign matter so that the joint integrity
is not compromised.
Push the coupler onto the non-coupler end and align properly. Always push coupler end onto non-
coupler end.
For smaller diameter pipes simple manual insertion shall be sufficient. It should be ensured that the
coupler end is adequately ‘homed’ on non-coupler end to ensure installation and tight joining seal.
Therefore prior to insertion always place a ‘Homing Mark’ on appropriate corrugation of the ‘Non-Coupler
End’.
6.0 Construction of backfill envelope and final backfilling of the trenches
DWC Piping System with well compacted Backfill Envelope along with the bottom and sides of trench
(native soil) work together to support soil overburden and superimposed (traffic) loads. The carefully
constructed Backfill Envelop has three distinct but non-isolated stages (ref. Annexure A of IS-16098 Part-
2).The construction need to be done stage by stage as per the sequence stated below:
Bedding portion
Up to Haunch level
Remaining portion
The material for backfill envelop shall be in accordance with the structural design of flexible buried
conduit as per relevant National code in meticulous consultation with ISO 21138-1 &3 :2007 and all other
referred International Codes such as BS EN 1295-1 that forms an integral part of the said ISO
Specifications. It can be the same material that were removed in the course of excavation or it can be fine
sand/course sand/gravel / moorum /other form of course / fine aggregates depending on the effected
Design Load [Overburden + Superimposed (Live) load]. However, in no circumstances, the flexible pipe
should be embedded in cement concrete (un- reinforced or reinforced) which invariably induces
undesired rigidity in the system.The Manufacturer may also be consulted to provide for the necessary
module for the Structural Design of the ‘Backfill Envelope’.
The remaining portion of backfilling which do not contribute to the structural integrity of the system
may be the materials that were removed in the course of excavation or any other foreign material as
may be required to suit the particular site condition. These materials shall consist of at least clean
earth and shall be free from large clod or stone above 75 mm, ashes, refuse and other injurious
materials.
After completion of bedding portion of the Backfill envelop and subsequent lying of pipes, etc, first
the haunch portion & then upper portion of Backfill Envelope shall be constructed as per design
around the pipe. Voids must be eliminated by knifing under and around pipe or by some other
indigenous tools.
The compaction, by hand rammers or compactors with necessary watering to a possible maximum
level of proctor density shall be ensured.
Remaining portion of the Construction of ‘Backfill Envelope’ (above the Bedding Portion) &
subsequent final Backfilling of the Trench shall start only after ensuring the water tightness test of
joints for the concerned sewer segments. However, partial filling may be done keeping the joints
open.
108

Precautions shall be taken against floatation (if at all necessary) as per the specified methodology
and the minimum required cover.
7.0 Continuity Test /Hydraulic Testing
Since the entire application pertains to Non-pressure (gravity flow) domain, on-field pressure testing of
the installed system is not necessary. As per the relevant IS Code, each of the supplied pipe assembly
need to be pressure tested at manufacturer’s end for ensuring its leakage proof status as per the IS
16098 (Part 2):2013. However, for on-field acceptability, a segment wise continuity test shall be
performed by the contractor in the same methodology as depicted in the CPHEEO, MoUD, GoI Manual
on Sewerage and Sewage Treatment to the fullest satisfaction of the Employer/Department/PDMC,
AMRUT. The contractor shall arrange the water at his own cost for testing and other requirements.
Notwithstanding the satisfactory completion of the continuity test, if there is any discernible leakage of
water from any pipe or joint, the Contractor shall, at his own cost, replace/repair the pipe or re-make the
joint and repeat the hydraulic test again.
8.0 Flow measuring devices:
Electromagnetic Flow Meter as per ISO 6817- 1992 of appropriate size shall be provided along with 8
hour Battery back-up, at inlet and outlet of the Raw water and Clear water pipeline and Feeder pipeline
outlet at RCC Sumpwells; to check losses and measure the quantity of water. Reading display of all the
Flow meters, alongwith data logging instruments should be made available at single point, wherever
decided by the Engineer-in-charge.
All the Electromagnetic Flow meters shall have the same make and salient features as under.
Coil housing of the Electromagnetic flow meters of fully welded SS-316 and Flow-tube lining of PTFE /
EPDM / Neoprene.
Recommended make:Krohne-Marshall / Yokogawa / Emerson- Rosemount.
9.0 Technical Qualifications of Manufacturer of DWC pipes:
9.1 The Pipe manufacturer should have an annual installed production capacity of quantity equal to this TENDER.
The manufacturer should have manufactured and suppliedpipesto any state/central Govt. department
/board having minimum DN/ID 150mm or above, a minimum length of 500 Km.; out of which atleast
10% length (50Km.) should be of minimum DN/ID 250mm or above.
9.2 The manufacture should have valid BIS License as per IS 16098:2013 Part-2 / IS 14333:1996 and
accreditation of ISO 9001: 2008/2015 for Manufacture and supply of DWC / Structured wall PE Pipe and
fittings.
9.3 The manufacturer should be able to demonstrate the conformity of the product to the requirement by
controlling the manufacturing process and by carrying out the various tests as specified in IS wherever
possible, statistical sampling techniques should be used to control the process so that the product is
produced within the specified limit. The successful bidder is required to submit the Quality Assurance
Program (QAP) of the manufacturer along with the documentary evidence of the production
capacity, Valid BIS & ISO Certification as mentioned above for obtaining the approval of
Employer & Engineer-in-charge before production of pipes.

10.0 DWC Pipe Manufacturer In-House Facility for Testing:


10.1 The manufacturer should have required Plant, machinery and equipment for size DN/ID 150mm or
above for the following vital test:
Ring Flexibility Test,
Ring Stiffness Test,
Creep Ratio Test,
Water Tightness Test,
Tensile Strength Test,
Melt Flow Index Test,
Impact Test,
Environmental Stress Cracking Resistance
Test, Oxidation Induction Time Test Etc.
10.2If the manufacturer does not have required Plant, machinery and equipment for size DN/ID 150mm or
above for the above vital test, the required tests to be carried out in any National Test House or
NABL accredited Test Laboratory. The cost of such tests shall be borne by the manufacturer.
10.3 Each pipe or Fittings shall be marked with the standard mark, Lot/ Batch No., Period of
Manufacturing and as per the employer/purchasers requirement.
109

11.0 Supply, Laying, Jointing, Installation, Testing and Commissioning of pipes


a. Supplying, laying, jointing, testing and commissioning of pipes shall conform to relevant IS codes, as
applicable.
b. The alignment of pipelines shown in drawings of the TENDER documents is only indicative and the exact
alignment will be as per approved drawings and/or as directed by the Engineer-in-charge or his
representative.
c. The HDPE/DWC/DI/RCC Pipes shall be laid in accordance with the latest BIS/EN/ISO specifications.

12.0 Field Hydraulic Test


a. The Sectional Hydraulic Test shall be carried out after the pipeline section to be tested has been laid
jointed and backfilled to a depth sufficient to prevent floatation
b. Each length of the pipeline to be tested shall be capped or blanked off at each end and securely strutted
or restrained to withstand the forces which will be exerted when the test pressure is applied.
c. The proper method of filling the pipeline with water shall be used. The length under test shall be filled
making certain that all air is displaced through an air valve or any other appropriate mechanism. The test
length shall then remain under constant moderate pressure as per testing method given in the IS 7634.
d. As per IS code water required to built-up allowable drop in pressure during test will be treated as a make-
up water.
e. The maximum allowable test pressure shall be as per CPHEEO manual and or IS codes specified.
f. Notwithstanding the satisfactory completion of the hydraulic test, if there is any discernible leakage of
water from any pipe or joint, the Contractor shall, at his own cost, replace the pipe, repair the pipe or re-
make the joint and repeat the hydraulic test at his risk and cost including the cost of water.
g. Test pressures are to be measured in kg/cm2 at the centre of the blank flange situated at the lowest end
of the pipeline under test. Unless otherwise specified the test pressure shall be as stated in Clause 12(f).

13. Supply, Laying & Jointing of RCC Pipes


13.1 The Pipe manufacturer should have an annual installed production capacity of quantity equal to this
TENDER. The manufacturer should have manufactured and supplied pipes to any state/central Govt.
department /board quantity equal to this TENDER in last 3 years.
13.2 The manufacture should have valid BIS License as per IS 458:2003 and accreditation of ISO 9001:
2008/2015 for Manufacture and supply of RCC Pipes.
13.3 The manufacturer should have manufactured and supplied pipes quantity equal to this TENDER.
13.4 The manufacturer should have required Plant, machinery and equipment for the following vital test:
Hydraulic Test,
Three-edge Bearing
Test, Permeability Test,
13.5 If the manufacturer does not have required Plant, machinery and equipment for the above vital test,
the required tests to be carried out in any National Test House or NABL accredited Test Laboratory.
The cost of such tests shall be borne by the manufacturer.
13.6 Each pipe or Fittings shall be marked with the standard mark, Lot/ Batch No., Period of
Manufacturing,Source of Manufacture and as per the employer/purchasers requirement.

14. Precast Concrete Manhole Cover and Frame


14.1 The manufacturer should have an annual installed production capacity of quantity equal to this TENDER.
The manufacturer should have manufactured and supplied different grades of to any state/central Govt.
department /board quantity equal to this TENDER in last 3 years.
14.2 The manufacture should have valid BIS License as per IS 12592:2002 and accreditation of ISO 9001:
2008/2015 for Manufacture and supply of SFRC, Manhole Frame and Cover.
14.3 All the covers and frames shall be sound and free from cracks and other defects which interferes with the
proper placing of the unit. The underside of the cover and protective mild steel sheet of minimum 2
mm thick around the periphery of cover and frame especially 25mm x 3mm mild steel flat used to
protect the frame shall be given suitable treatment with anti-corrosive paint or coating. Lifting hooks of
dia 12mm mild steel for light and medium duty and 16mm dia. mild steel for heavy and extra heavy duty
covers shall be protected from corrosion by hot dip galvanizing or any other suitable means as
approved by the Employer. The top surface of the cover shall given a chequered finish.
110

The manufacturer should have required Plant, machinery and equipment for the following vital test:
Load Test,
14.4If the manufacturer does not have required Plant, machinery and equipment for the above vital test,
the required tests to be carried out in any Government, National Test House or NABL accredited
Test Laboratory. The cos of such tests shall be borne by the manufacturer.
14.5 Each cover & frame shall be marked with the standard mark, Lot/ Batch No., Grade Designation
LD2.5, MD10, HD20, EHD35, Period of Manufacturing, Source of Manufacture and as per the
employer/purchasers requirement.

15 SAFETY FOOT REST


Orange/ Black colour safety foot rest of minimum 6mm thick plastic and capsulated on 12 mm dia. Steel
bars having minimum cross-section as 23mm x 25mm and overall minimum length 263mm and width as
165mm with minimum 112mm space between protruded legs having 2mm tread on top surface by ribbing
or chequering besides necessary adequate anchoring projection on tail length on 138mm suitable to
withstand the bend test and as per specification and manufacturers’ permanent identification mark to be
visible even after fixing, including fixing in manholes with 30x20x15 cm cement concrete blocks 1:3:6
complete as per the direction of Engineer-in-Charge.

16 THRUST BLOCKS
The thrust blocks shall be of plain/reinforced cement concrete on site as per design and drawings to be
given by the Contractor and approved by the Engineer In Charge. The thrust blocks shall be cast directly
against the undisturbed soil.
111

Chapter 3
SPECIFICATION FOR CONSTRUCTION OF R.C.C. SUMP AND SEWAGE TRAETMENT PLANT(
STP)
1.0 PREAMBLE:
The work comprises of construction of Sump well at various locations and at Sewage
treatment plant
2.0 Scope of work:
Three RCC sump well as mentioned in Description of work is to be designed and tested on
Lump sum contract.
The work includes the following sub work:
i. Investigation and testing for foundation.
ii. Design and drawing of the structure.
iii. Construction as per approved design and drawing.
iv. Providing and fixing of pipes, valves and other appurtenances wherever required.
v. Testing of the structure for the water tightness and stability.
All materials required for satisfactory completion of the work such as cement, steel, pipes,
specials and valves shall be procured by the contractor himself. The water required for
construction shall be arranged by the contractor but that required for testing and handed over
to the department within the time period specified in the Notice inviting TENDER.
3.0 LOCATION OF WORK:
Sump well site: One number of sump well of required capacity at the land identified by
UJJAIN municipal corporation.
4.0 GENERAL REQUIREMENT:
4.1 The foundation of the structure should be taken down sufficiently below the average ground
level for safe transfer of load to undisturbed formation. Suitable Soil test should be carried out
by the contractor through Govt. Engineering college or any other recognized laboratory to
ascertain safe bearing capacity of the soil for design purpose.
4.2 The specification laid down in the letter TC No. 236 dated 21.05.97 issued by Engineer-in-
Chief PHED M.P. Ujjain be strictly followed. Applicable for Over Head Tanks.
4.3 The type of foundation should be suiting to the determined safe bearing capacity of the soil
and shall be designed accordingly. The excavation shall be done in all sort of strata and if
blasting is required, the contractor shall obtain permission from the competent authority and
all rules regarding safety shall be followed.
4.4 The tanks can either be rectangular or circular is shaped supported over column staging but
the location plan of the columns should permit utilization of spacing underneath fully for
construction of office/staff building.
4.5 The capacity of the tanks specified in para 2.0 above shall be between the outlet level and the
full tank level. The maximum depth of water in the tanks should not be more than 4.0 m. The
outlet level should be kept minimum 0.15m above the tank floor level. A free board of 0,5m
should be provided below the lowest surface of the roof slab or beam. The inlet level should
be 0.10m above the full tank level. The scour level should be kept flush with the floor slab.
4.6 A RCC doglegged staircase 1.2m wide shall be provided from ground level to upto the top of
the tank. The staircase should have straight flights with intermediate landing at bracing levels.
The rise of the stairs shall not be more than 25cm. The staircase should have railing on both
sides comprising of 1.2m high GI medium class pipe of 80 mm dia posts, 1.5 to 1.6m apart
and medium class 20mm dia I pipes in three rows. The GI pipes posts and the railing pipes
(class medium) should be secured adequately.
4.7 A RCC gallery 1.2m wide all around the tank at vertical wall ring beam level should be
provided to facilitate inspection, cleaning and painting of the tank. A railing comprising of
medium class 80m dia GI pipes posts 1.2m high rigidly fixed in the gallery slab at 1.5m
maximum spacing with 3 rows of 20mm GI pipes (Class medium) should be provided. The
112

gallery should have access from the staircase, A steel door shall be provided at the entrance
to the gallery or at the far end of the RCC staircase to prevent unauthorized entry.
4.8 RCC ladder properly supported from tank wall with hand rails 0.45m in width should be
provided outside of the tank from gallery of top of roof slab. The RCC ladder shall have at
least one landing in between gallery and roof top and. Mild steel ladder, from the manhole in
the roof slab to floor slab, inside of the tank to facilitate inspection and cleaning. These
ladders should be of MS plates 65mmx10mm size with 20mm dia round bars fixed at 0.25
centers by holding and welding to MS plates. The insides ladder should be properly
supported in the mid span for rigidity.
4.9 An apron of cement concrete 1:2:4 i.e. M-15 mix should be provided for an area which is 1.5
metre more the dimension of the tank of all sides having 100x100 mm drain in cement
concrete 1:2:4 all around shall be constructed and water will be led to the proper disposal
point through the drain to be constructed for the purpose. The top of the drain around the
apron shall be 100mm above the ground level. Outer edge will be covered with sloping earth
the apron will have a slope of 1.60 from centre towards the drawl. The edge of the drain will
be flush with the top surface of the apron. The apron will be 100mm thick in cement concrete
1:2:4 laid on sub base of 100mm thick 1:4:8 cement concrete in case of black cotton/cohesive
soil the soil will be removed up to 500mm below the ground level and refilled with rammed
moorum up to 400mm in case of hard strata like moorum, kopra etc. moorum filling will not be
required.

5.0 PIPES AND FITTINGS:


The inlet, outlet, over flow and scour pipes for the tanks shall be cast iron double flanged
class A as per IS : 7181-186 all these pipes shall be independent of each other and shall be
fixed in vertical position rigidly by bolting and clamping properly.
The size of these pipes in SUMPWELL shall be as given below
Inletdia of pipe 250 mm
Outlet dia of pipe 300 mm
Overflow dia of pipe 350 mm
Scour dia of pipe 200 mm

Cast iron bell mouths as per Appendix 10.2 of CPHEEO manual conforming to IS 1538-1976
shall be provide on the top end of all pipes. These pipes shall have CI puddle collars properly
embedded in the floor slab at the time of concerting to provide monolithic joint. Cast iron
strainer shall be provided don the top of outlet and scour pipes,. Cast iron duck foot bends
shall be fixed over cement concrete bed block, to support vertical pipes. The bed blocks shall
be designed to take the load of pipes and the water column indecently. The double flanged
Duck foot shall be provided. 1.2m below average ground level at site.
Cast Iron Double flanged sluice valves with spur gear and hand wheel class PN 1.0
confirming to IS : 14846 with all revision up to date issued of NIT shall be provided and fixed
minimum 3.0 m away from the ground level bracing, along with necessary C.I.D.F. pipes. The
size of the valves shall be as given below:
Inlet valve Dia (150 mm)
Outlet valve Dia (150 mm)
Scour valve Dia (80 mm)
The overflow pipe shall be left open at minimum 3.00 m distance from bracing CIDF pipes
shall be provided between Duck foot bends and D.F. sluice. The contract will limit up to fixing
of DF values.

6.0 APPURTENANCES:
6.1 Water level indicator:
A float operated level indicator comprising of stainless steel float pulleys, steel wire rope and
enameled indicator plate calibrated to read depth of water in metre, shall be provided.
113

The pulleys should provide free movement of rope and they should be easily accessible for
repair and maintenance. The indicate plate should be fixed at about 5m. Above ground level
on the front side of tank.
Additionally the following arrangement may be provided as optional
(a) Water level indicator, working on physical characteristics.
(b) Pressure gauge, calibrated, to read water depth directly.
6.2Ventilators :
Mosquito proof ventilators, of suitable design shall be provide on the roof slab of tank to
facilitate discharge of dissolved gases of water and to keep the inside of tank odour free.
6.3 Manhole:
An opening of 0.75x0.75m or 0.9m dia. size shall be provided in the roof slab fo tank for
access inside the tank for inspection and cleaning. The opening shall have CI/MS cover with
locking arrangement.
Lightening Arrestor:
Aluminum lightening arrester as per relevant B.I.S. shall be above highest point and 30
mmx4mm size strip connected to earth electrode shall be provided. The earth strip shall be
secured rigidly to concrete surface.
7.0 FINISHING AND PAINTING
7.1 Form finish:
All external surfaces on the structure shall have form finish. However all uneven surface and
small defects shall be made even immediately after removal of forms with 1:1 cement mortar.
The inside surface of the tank shall be rendered even and water proof by cement plaster in
1:2 portion.
7.2 Painting of Concrete:
The outside surface of the Sump shall be painting with 2 coats of IS marked cement colour of
approved make. The colour shade shall be decided by the Engineer-in-Charge.
7.3 Painting of pipes etc.
Cast iron pipes, valves and fittings, shall be painted with 2 coats of black bituminous paint.
7.4 Painting of MS Ladders and MH Cover:
As the MS ladder inside of the tank and manhole cover shall be subjected to corrosive action
of chlorinates water they shall be coated with epoxy paint
8.0 TESTING OF SUMPWELL:-
In addition to the structural test as given in IS 456-1978 revised and amended up to date the
Sumpwell shall also be tested for water tightness at maximum water level in accordance with
clause 10.1.1 of IS 3370 (part-I) 1965. The tanks shall be filled more than 0.25m per day and
the settlement of foundation of foundation shall be measured accurately before each filling.
Any defect of any sort affecting the strength, durability, appearance of usefulness of the
structure noticed during testing shall be completely removed to the satisfaction of Engineer-
in-charge with in the specified time for completion of work.
9.0 COMMISSOINING & HANDING OVER:-
On completion of all works and the successful of the Sumpwell, it shall be handed over to the
department for commissioning as required on completion of work and testing. The contractor
shall submit completion drawing in six sets along with foundation investigation, concrete
strength water tightness test reports at the time of handing over of work.
114

Chapter 4
SPECIFICATIONS FOR SEWAGE TREATMENT PLANT
All the work shall be carried out as per relevant provisions of clauses and sub clauses
of chapters of Manual on Sewerage and Sewage Treatment (Second Edition), CPHEEO
Ministry of Urban Development Govt. of India
(1) Construction of Sewage Treatment Plant. The Job includes the construction of one number of
STP of capacity 92.5 MLD in SurasaVillage .
(2) TREATMENT:
Specifications of all the treatment units shall be as per CPHEEO Manual and relevant
IS/BIS/ISO standards. Bidder shall require to submit a brief write up on the Sewage treatment
plant along with the TENDER. On acceptance of TENDER the successful Bidder shall submit
a detailed design and drawings of the Sewage treatment plant based on CPHEEO Manual
and relevant IS/BIS/ISO specifications for the approval of competent authority.

The Sewage treatment plants shall be for Primary and Secondary treatment of MUNICIPAL
SEWAGE. Typical composition of untreated domestic waste water, is as follows:
Parameters Concentration
Contaminants unit Weak Medium Strong
Suspended mg/l 100 220 350
Solids
BOD5 mg/l 110 220 400
COD mg/l 250 500 1000
Total Nitrogen mg/l 20 40 85
Free Ammonia mg/l 12 25 50
Nitrates mg/l 0 0 0
Total mg/l 4 8 15
Phosphorous
Chlorides mg/l 30 50 100
Sulfate mg/l 20 30 50
Grease mg/l 50 100 150

The Effluent Characteristics should meet the MP Pollution Control Board norms and MOEF
Norms for discharging water in inland water ways or to be used for community purpose as
per Pollution Control Authorities with up to date amendments. The effluent discharge limits
are described below.
115

Contaminants unit Inland surface water discharge limits


Ph 5.5-9
Temperature C
0 Shall not exceed 50C above receiving water bodies
Oil and grease mg/l 10
Total residual mg/l 1
chlorine
Suspended mg/l 100
Solids
Ammonical mg/l 50
Nitrogen
Total Kjeldal mg/l 100
Nitrogen
Free ammonia mg/l 5
BOD 5 mg/l 30
Fluoride mg/l 2
COD mg/l 250
Dissolved mg/l 5
phosphate
Sulphide mg/l 2
Phenolic mg/l 1
compounds
Bio-assay test - 90% survival of fish after 96 hours in 1005 effluent
Manganese mg/l 2
Nitrate Nitrogen mg/l 10

All the treatment units shall be as per CPHEEO Manual and relevant IS standards. Bidder
shall require to submit a brief write up on the Sewage treatment plant along with the
TENDER. On acceptance of TENDER the successful Bidder shall submit a detailed design
and drawings of the Sewage treatment plant for the approval of competent authority. The
general specifications and guidelines for STP are as below,
1.0 General Guidelines for level of STP and proposed Trunk Main Sewer.
The contractor is advised to have a site visit and verify the site levels.The STP should be
designed, such that the complete process is completed with least of power consumption, also
STP should be at sufficient height to avoid flooding during monsoon. It is the responsibility of
contractor to match the outfall chamber level with proposed by pass channel meant for
excess flow and discharge of treated sewage.
2.0 Raw Sewage Intake System & Raw Sewage Sump & Pump
The raw sewage shall be intercepted from the last manhole and shall be taken to the raw
sewage intake and pump sump via gravity. A minimum self-cleaning velocity shall be
maintained throughout the sewer line in order to avoid the settling of the particles. The raw
water sewage pumping station shall comprise of the following system:-(i) Inlet chamber,
(ii)mechanically cleaned coarse bar screen,(iii) pump sump and (iv) raw sewage pumps.
116

A bypass line to the Pumping station shall be provided which shall discharge Sewage to the
drain, in case of overflow or raw sewage pump failure. This Pipe line shall be designed to
maximum hydraulic capacity.
3.0 Sewage Treatment Plant
3.1 Inlet chamber cum distribution chamber
The raw sewage shall be pumped to the inlet chamber before the fine screens.
3.2 Fine Screen Chamber.
One no. mechanical and one no. manually operated fine screen of 6 mm openings shall be
installed in a reinforced concrete chambers for fine screens. These two chambers shall be in
parallel with common wall construction. Manual bar screen shall be standby in case the
mechanical fine screen is out of service. The screen channels shall be designed for peak
flow. The bar screens shall be of Stainless Steel (SS-304) flats. Conveyor Belt and chute
arrangement shall be provided to take the screenings to the screenings dropped from chute
will be collected in a trolley positioned below of approx. 0.5 m3 capacity. Manually operated
gates are provided at the upstream and downstream ends to regulate the flow and for
isolation. The Sluice gates shall be thimble mounted and confirm to IS: 13349. RCC Platforms
shall be provided at the upper level to enable operation. Railings shall be provided around the
entire periphery of the Chamber as well as for the platform. The entire structure is as per
relevant IS code including the platform for the gates. RCC staircase 900 mm wide shall be
provided for access from the ground level to the top of the unit & to the operating platforms.

All other accessories, whether specified or not, but required for completeness of the contract
shall be in contractor’s scope.
A level switch shall be provided in the channel upstream of screen chambers to start/stop the
screen drive mechanism. Signal for Tripping of mechanical screen due to heavy blockage
shall be announced through alarm for corrective action. ON-OFF and trip indication shall also
be sensed and indicated in the panel room. Level increase in the channel from the upstream
of screens due to clogging of screens including manual screen shall be sensed and alarm
annunciation shall be initiated in the panel room for corrective action. ON-OFF trip indication
of conveyor belt due to fault of overload shall be sensed in panel room for corrective action.
The screened sewage shall flow by gravity to the grit chambers, through suitably branched
and sized channels.
3.3Grit Separator Units
Grit Separators are to be provided after the screening and before the biological treatment.
There shall be one number mechanically operated detritor type grit separator designed for
Peak flow. Another parallel manually cleaned grit channel shall also be designed and
provided for peak flow and will work as a standby unit. The grit chamber should have a low
head loss. All equipment and components (including but not limited to scrapper, classifier,
and organic return pump) necessary for a fully functional system shall be provided regardless
of whether or not such items are specifically listed or described in the Tender Document.
Washed grit shall be collected in a trolley positioned at ground level below the Grit Classifier
discharge. De-gritted sewage shall exit the Grit Basins over the outlet weir. Liquid streams
from grit classifier shall be returned to the de-gritted sewage stream.
The bidders are to note that the silt & grit removed from grit chamber, does not form a part of
the TSS in the incoming wastewater quality indicated in the tender document. Accordingly
sludge calculations shall be done by bidders.
The grit separator should preferably have a scrapper and suitable grit lifting screw/rake
transferring the settled grit to a grit classifier with an integral grit washer.
3.4 Flow Measurement
Flow measurement in the common outlet channel after screening and grit removal shall be in
the form of a Parshall flume housed in the RCC channel. There shall be a straight length of at
117

least 10 times the throat width of the channel housing the flume in both upstream and
downstream of the flume. The flume shall be constructed in RCC and finished in cement
mortar. An ultrasonic level measurement device shall measure sewage depth in the flume
and the flow computation shall be through the dedicated digital display with integrator near
the flume. The readings of this meter shall be transmitted to the control room. Parshall flume
channel shall lead to the distribution chamber of Biological treatment.
3.5Distribution chamber
Sewerage from the Parshall flume shall be fed to the distribution chamber which will distribute
the Sewerage into separate streams for the Biological treatment.
3.6 Biological treatment of sewage
Process Design
Sewerage from the distribution chamber shall enter process basins as per relevant IS code.
Screened and De-gritted sewage shall be fed for biological treatment to remove BOD, COD,
Suspended Solids, Nitrogen and Phosphorous.
It shall perform biological organic removal, Nitrification, De-nitrification and Biological
Phosphorous removal. It shall be capable of simultaneous sludge stabilization. Complete
operation including decanting rate, sludge recirculation and wasting of excess sludge shall be
controlled by PLC. Treated Sewage shall be disposed in the adjacent drain through
Sewerage Pipe after chlorination.
The Biological and Tertiary Treatment shall be based on technology based on which at least
one Municipal Sewage Treatment Plant running successfully at present in India having
capacity 30% or more of the capacity of Sewage Treatment plant proposed in the project on
the same technology. The effluent characteristics should meet the CPCB and MoEF norms for
disposal on land or water resource. Also the sludge should be digested ad stabilized before
disposal by the Contractor.

The basic continuous signal instrumentation system


It shall include flow measurement and the necessary water level readings from a pressure
transducer device installed in each reactor. The measuring elements for all instruments
including floats shall be located together on the side of the reactor in a well-mixed area easily
accessible for maintenance.
Level transducers
One level transducer shall be used in each reactor and in any other basin where water level
is to be monitored to assure the automation of the operation. One spare pressure transducer
shall be supplied to enable a quick replacement of a faulty part. The pressure transducers
shall be maintenance-free with a maximum deviation of less than 2% over a period of 6-
month operation.
Dissolved oxygen (DO) transducer
One DO transducer shall be supplied for each reactor. This instrument is meant to control the
aerobic environment in the reactor by controlling the blower operation (start/stop). Proper
logic control is to be established by the bidder. One spare sensor shall be supplied to enable
a quick replacement of a faulty part.
Sequence control strategy
The TECHNOLOGY PROVIDER shall be responsible of providing all the logic control
programming and related hardware into an enclosure panel described further complete with
all the equipment specified herein.
The contractor shall be responsible to install the Logic Control Panel and to provide and
install separate MCC and power distribution panels as specified in the electrical section of this
specification. The contractor shall also be responsible to interconnect electrically all the
118

instrumentation and float signals specified herein with the logic control and the MCC panels
as needed for a Complete Automated Operation.
Logic Control Hardware and Panel
The program controller shall be provided with key pad and display to enable the operator to
easily re-adjust all cycle time and sequence. The programmable logic controller (PLC) shall
have sufficient memory to perform automatic control of the process described herein and
shall be sized to provide an additional number of input/output capacity of 10%.
All control equipment installed in the control panel shall be accessible for operation of
mounted on the front face of the panel. This panel shall control the operation of the various
process equipment including:
influent valves or gate
weirs air blowers
decant equipment
waste sludge pumps (or valves)
any additional process equipment specified herein
The PLC shall receive all input signals or described and take the necessary decisional action
in regards to the operation of the above process equipment.
The panel for the logic control shall be NEMA (National Electrical Manufacturers Association)
enclosure and shall be provided with necessary Control Breaker, Transformers and
Supplementary Contacts as noted herein.
The panel wiring shall be sized per applicable codes using SWG 16 gauge minimum wire
size. Wiring terminal blocks shall be rail mount control terminal type thermoplastic rated at
600 Volts. Not more than two wires shall be allowed to terminate in anyone terminal.
The panel face shall be provided with an individual 3-position selector switch (HOR) for each
automated valve, blower (4-position selector if dual-speed blower), pump, decanter or
auxiliary equipment and instrumentation specified herein. It shall be equipped with one pilot
light dedicated to each equipment.
The pilot light shall be wired in parallel with the related motor starter auxiliary contact or relay
other limit Switch contact to indicate that the equipment is activated or deactivated. Pilot
lights shall be 415V AC direct types or led type.
All internal devices shall be clearly marked and identified as to its application, including
selector switches, pilot lights, pushbuttons and other devices exposed in front of the panel.
Identification nameplates shall be with black letters or numbers in white, carved in plastic.
For all automated valves and decanter operation, feedback signal shall be also provided and
connected to the logic controls to acknowledge and confirm the good operation. In the event
of one equipment failure, the reactor shall be temporarily bypassed and an alarm shall be
activated to notify the operator. In the meantime, the flow shall be managed by the other
reactor(s) in accordance with the programming.
The control panel shall be equipped with circuitry to shutdown automatically the pump motor
when required, to protect this equipment from damages caused by excessive humidity,
temperature, or current overload. The contractor shall be responsible for connecting these
pumps and motor sensors to the appropriate circuit in the control panel to protect the pumps
in accordance with the pump manufacturer instructions. One pilot light shall be mounted on
the control panel surface to indicate an alarm condition; all alarms shall appear on the
operator interface. In both cases, these alarm conditions shall open the circuit of the pump
starter to prevent it from starting.
The control panel shall be shipped completely factory wired, assembled and factory tested.
119

Programmable Logic Controller (PLC)


The Programmable Logic Controller (PLC) shall be from the suggested makes.
Operator Interface Unit
The Operator Interface Unit shall be from the suggested makes ABB Panel View or approved
equivalent.
3.7 Disinfection System
Chlorine Contact Tank
For Chlorination of final treated sewage a provision shall be made so that no harm is caused
to the receiving water body. Decanted treated water from Biological treatment Process shall
be taken to chlorine contact tank by RCC channel/pipe.
Tank shall be provided for dosing of chlorine from the chlorination system to the sewage from
Biological Process. The tank shall be constructed as per the relevant IS code. RCC platform
1000 mm wide as per specifications shall be provided. RCC staircase 900 mm wide shall be
provided for access from the ground level to the top of the unit and to the operating platforms.
Baffle walls shall be provided to achieve proper disinfection. The baffle walls shall be
constructed in concrete and 20 cm thick plaster in CM 1:3 on either side.
The inlet and outlet pipe shall be designed for peak flow.
No. of Units : 1 no.
Detention Time : 30 minutes of average flow (minimum)
Freeboard : 0.5 m
Chlorination System:
Number of Units : 2 nos. (1W + 1S)
Type : Vacuum Chlorination system
Chlorine Dosing : 5 mg/l
Residual chlorine : 0.2 mg/l
Capacity of system : Rounded to the upper Kg/hr.
Chlorine house of adequate plinth area shall be provided. It shall have sufficient ventilation as
per the latest norms for safety purpose with necessary lifting arrangement and EOT etc.
complete. All other accessories, whether specified or not, but required for Chlorination shall
form part of contractors scope.
3.8 Outlet Pipe
Treated sewage after chlorine contact tank shall be taken to disposal to the discharge point.
The length of the Pipe shall be as per site condition. Capacity of the pipe should be such that
it can carry peak flow.
3.9 By-Pass Arrangements
Adequate by-pass arrangement shall be provided from Raw Sewage pump sump & inlet
chamber at the entry of STP, to the outfall of the drain in case of necessity.
4.0 Solids and sludge handling
4.1 Sludge Holding tank
A tank shall be provided to store sludge from the WAS (Waste Activated Sludge) pumps and
to act as a sump for sludge transfer to centrifuge.
Sludge sump will have mixing using coarse bubble aeration through PVC piping with
openings. Separate dedicated air blowers will be provided for sludge mixing.
120

All other accessories, whether specified or not, but required for completeness shall form part
of contractors scope.

4.2 Sludge Pump House


Screw pumps for sludge transfer from sludge holding tank to centrifuges, polyelectrolyte
dosing system and air blowers for mixing of sludge in sludge holding tank will be housed in
the sludge pump house. It shall be RCC framed structure with sufficient openings in the form
of doors, windows, ventilators etc. and 1 MT capacity chain pulley block will be provided in it,
for material handling purposes. Minimum carpet area of this building will be 20 square metre.
4.3 Polyelectrolyte Dosing
The polyelectrolyte will be dosed and blended with the sludge in the sludge sump. Minimum
dose of polyelectrolyte shall be 1.5 kg/T of dry solids in sludge. There shall be one poly-
dosing tank. Minimum volume of each dosing tank shall be suitable for 8 hours requirement
of dosing. Each tank shall be equipped with slow speed mixer (100 RPM) to prepare
polyelectrolyte solution, to feed the solution into sludge sump by dosing pumps.
4.4 Centrifuge Feed Pump
The sludge pumps will be positive progressive cavity displacement types. There shall be two
pumps (One Working + One Standby) for pumping this sludge to the centrifuge. The minimum
capacity of the pump shall be 1 m3/hr. Pumps will have solid handling capacity of not less than 40
mm sphere. M.O.C.(Materials of Construction) of pump shall generally be C.I.
Pump and motor will be mounted on a common MS fabricated base frame. The coupling will
be flexible coupling. The motor will be Totally Enclosed Fan-Cooled (TEFC) and driven
through belt drive.
4.5 Centrifuge
Thickened sludge shall be pumped to the centrifuge unit for dewatering. It shall be provided
at suitable elevation for the dried sludge from centrifuge to be collected in a trailer/container
situated below it.
Centrifuge shall be operated for 16 hours in a day and floor mounted. It shall be suitable to
handle thickened sludge from thickener. The minimum solid contents in the sludge at
centrifuge inlet shall be 3 %.
The material of construction of all parts coming in contact with the liquid shall be in CS.
Number of Units : 2 (1Working+ 1Standby)
Operation : 16 hours running per day
Dry solids in dried sludge : 15 – 18 percent
All other accessories, whether specified or not, but required for completeness shall form part
of contractors scope.
4.6 Centrifuge Shed
Sludge dewatering system shall comprise of centrifuge shed of appropriate size, which
includes thickened sludge pumps, poly dosing tank with mixers, centrifuge unit.
Filtrate from the sludge shall be taken to plant drainage system by gravity.
4.7 Disposal of Solid Waste
Disposal of all solid wastes except wet cake as generated from the STP during construction,
commissioning, and O & M shall be responsibility of the contractor. The solid wastes shall be
disposed of in accordance with and as per instructions of the Employer/ Engineer or the
representative of the employer. The Sludge Land Fill (SLF) identified for disposal may be
assumed maximum at a distance of 10 kms from the proposed new STP site for bidding
purposes. Loading, transportation, unloading shall be to Contractor’s account.
121

Grit & Screenings


The evacuated grit and screenings are to be disposed off from the site by the Contractor at
landfill site identified by the Employer’s representative from time to time

Wet cake
The contractor can sell wet cake generated from STP during O & M period at his own level. If
it is not possible to sale then wet cake shall be disposed off at land fill site identified by the
Employer’s representative from time to time considering at least 10 KM from STP site (for
bidding purpose)
5.0 Ancillary Structures
5.1 D.G. Room (area as per DG manufacturer’s requirements)
5.2 Outdoor Transformer Yard
5.3Admin Bldg, MCC Room, Blower Room, Operator Room, SCADA Room, Laboratory
Sub-station/Transformer yard (outdoor), Master Control Rooms, Operator Room, D.G.
Room/Yard, SCADA Room and Laboratory shall be constructed at suitable location. The
buildings shall be designed as per requirement.
The building shall have RCC frame work of minimum not less than M25 consisting of RCC
columns, RCC roof and beams with brick panels and foundation, suitably designed to take the
load of the walls. Rolling shutters of adequate size shall be provided for the above rooms on
the external walls. At the entrance of the transformer yard, M.S. gate shall be provided of
adequate size.
The floor of the MCC rooms and D.G. room shall consist of 40 mm thick cement concrete laid
over 1:2:4 including 15 mm thick ironed finish 150 mm thick 1:3:6 cement concrete. The floor
of other rooms shall bewith 20mm thick mosaic laid over 150mm thick 1:4:8 cement concrete.
The above floors shall be laid over well consolidate sand with rammed earth filling below
floor. The walls shall be provided with 150 mm high skirting with 20 mm thick mosaic finish as
per direction of the Engineer.
The brick walls of the buildings shall be plastered internally and externally with cement mortar
1:2:4 (1 cement : 2 coarse sand : 4 fine sand) and provided with oil bound distemper inside
and water proof cement paint outside as approved by the Engineer. Ceiling shall be plastered
with 1:4 cement mortar (1 cement and 4 fine sand) and three coats of white wash. All steel
work in the doors/windows/ventilators, rolling shutters etc. shall be provided with a superior
class paint/primer etc. approved by the Engineer to give a smooth finish.
The buildings shall be provided with plinth protection all around, 750 mm wide as specified.
Necessary slopes shall be given in the plinth protection so as to drain away the rain water
from the building. The roof shall be provided with water proofing as per DEPARTMENT
specifications. A RCC stair case of required width shall be provided to access different floor
levels.
The plinth level of the buildings shall be 600 mm above formation level. Suitable ramps shall
also be provided wherever required as desired by the Engineer.
The offer shall include for internal electric wiring of the buildings with light/fan, Switch and
regulator fittings.
The buildings shall be of sufficient size to accommodate all machineries / equipments and
controls and an office for operation, toilet, store etc. The tenderer shall verify and provide the
required size from the practical point of view and ease of operation.
5.4 Interconnecting Piping and Valves
All piping including valves, specials and other appurtenances, auxiliaries and accessories
required as per process design and scope of work. All the piping, valves, specials shall be
designed for peak flow.
122

In case of pumping mains thrust blocks with PCC/RCC shall be provided whenever required.
In case of buried pipes warning tapes shall be provided of the appropriate colors.
5.5 Security Room
The security room at entry of road shall be provided. This shall be a ground floor construction
with3m x 5m carpet area and be of RCC frame structure building with in filled rock faced
stone masonry and shall be provided with glass panels on three sides and an air cooler.
Necessary fans and lights shall be provided as directed by the Employer’s representative.
Toilet and bathroom shall be attached with security room. There shall be a working platform
made of Granite stone.
5.6 Landscaping
Landscaping involves beautification of Sewage Treatment Plant site by cultivating plants,
shrubs and trees of environmental value and suitably modifying the appearance of STP site. It
shall add scenic value to the STP site to obtain maximum visual impact. Contractor has to
develop proper landscaping in the STP site as per guidance from the Engineer in charge.
Area for future expansion shall also be considered for landscaping.
5.7 Compound Wall and Retaining wall of STP site and its Main Gates
R.R Masonry Compound wall of not less than 2.4 m above the finished ground level, 34 cm
thickness with suitable foundation, for covering the entire plot boundary around the proposed
site.
5.8 Earth Filling Cutting and Dressing
Area shall have to be filled up, consolidated, levelled and nearly dressed upto required
formation levels. In case earth is required over and above the surplus excavated for the
same, the tenderer shall have to arrange good sheet earth from its own resources and
provide for same in their offer. Filling of such earth in layers with proper consolidation as per
specifications shall be done.
5.9 Walkway and Pathway/Footpath
All Elevated RCC walkway 1.2 m wide shall be of RCC with M-20 grade concrete. The floor of
the walkway shall be finished smooth with 40 mm thick cement concrete. It shall be provided
with one meter high GI pipe railing on both sides of the walkway with connecting platforms.
All pathway and footpath over ground connecting individual units to bituminous road shall be
1.2 m wide and be 100 mm thick cement concrete (1:3:6) finished with 40 m thick (including
base mortar 1:4) checkered cement concrete tiles. The base concrete to be laid on 150 mm
thick hard core with 40 mm down stone ballast and morrum rammed and consolidated
properly as per direction of Engineer.
5.10 Roadway
Roads as per lay out shall be provided around all units as directed.
5.11 Parking Space
Adequate parking space should be provided .The area shall be paved as per WBM
specification.
5.12 D. G. Set
D. G. Set shall be provided to cater for the power failures. Capacity of D.G. set shall be
minimum 50% total connected electrical load (STP + RSPS)). D.G. Set will be placed in DG
Room, to be provided in the STP premises.
123

6.0
Chapter 5
PART – 1.0 PUMPS FOR SEWAGE PUMPING
1.1-GENERAL DESIGN CONDITION SUBMERSIBLE NONCLOG PUMPS FOR SEWAGE
PUMPING
The pumps shall be of non-clogging equipped to operate satisfactorily in UJJAIN for pumping sewage
from sump well to STP. Lean Flow, Mean Flow to be managed. Accordingly, pump configuration with
100% standby should be provided.
MPS: For pumping of 92.5 MLD sewage from sump well to

STP The configuration of Pumps are as per BOQ.

The pump shall be submersible with the suction and delivery branches cast inline on the bottom half
of the casing, the top half should be constructed to allow easy dismantling there by providing the
facility of inspection and repair to the equipment without any difficulty. The rotating elements of pumps
will be dynamically balanced and over stressing should not occur due to sudden failure of power &
reverse rotation should not damage the pump.
The pump shall be so designed as to have a maximum flow capacity of not less than 110%

1.2 CODES AND STANDARDS


The designed performance requirement, material requirements, manufacturer, inspection and testing
of the pumps shall generally comply with the requirements of all applicable
Indian/British/American/DIN/ISO standard, in particular the following:
IS 5120 : Technical requirements – Ro to dynamic special purpose pumps
IS 5600 : Sewage and drainage pumps
IS 9137 : Code for acceptance for centrifugal, mixed flow and axial flow pumps
1.3 DESIGN AND CONSTRUCTION
a) Each pump shall be a mono unit, equipped with a motor on single shaft, with rating so
selected as to have at least 15% margin over the maximum power required by the pump
throughout its range of operation.
b) Motor shall be of submersible squirrel cage induction motor type, F class, Oil filled, suitable
for 415 volts (+6%-15%) & 50Hzs (+/-3%).

1.4 PUMP CASING


a) Casing shall be so designed to allow free passage of specified maximum size of solid.
b) Casing shall be designed to withstand the maximum shut off pressure developed by the
pump
c) The casings shall be cast, free from blow hole, sand holes, other detrimental defects. The
casing shall be complete with suction and discharge connections.
d) For pumps adequate seal arrangement shall be made to keep leakage of liquid from
casing to column assembly to minimum and adequate drain shall be provided in column
assembly to permit escape of the leakage flow. The casing shall also include the bearing
housing of the bottom pump shaft bearing.

1.5IMPELLER

a) The impeller shall be non-clog type, cast in one piece and specially designed to pass large
solids or unscreened liquids. The clearance between stationary and moving parts should
be such as to allow sustained performance without excessive maintenance.
1.6 PUMP SHAFT
a) Shaft size selected shall be such that critical speed is at least 20% away from the
operating speed and the runway speed.
b) The shaft shall be ground and polished to final dimension and of ample size to withstand
all stresses resulting from rotor weight, hydraulic loads and across the line starting.
1.7 BEARINGS
124

a) Adequate nos. of properly designed bearings shall be furnished. Bearing for fixed type
sump pumps shall be oil lubricated and bearings shall be antifriction type.
b) Thrust bearing of adequate design shall be furnished for taking the entire pump thrust
arising from all probable condition of continues operation throughout its “Range of
operation” and also the shut off condition life of thrust bearing shall be 20,000 working
hour minimum for the load corresponding to the duty point.

1.8 WEARING RING/ PLATE (As required)


a) Renewable wearing rings/ plates shall be provided either on impeller or on the casing or
on both impeller and casing.
1.9 BOLTS NUTS AND WASHERS
All bolts, nuts and washers shall be of SS-304.

1.10 PRESSURE INDICATION DEVICE


Each installation shall be equipped with pressure gauges of good quality make to give indication of
delivery pressure. The pump pressure gauges should be designed in such a way that the readings
shall not be affected due to mechanical vibration. The connections sizes shall be 12mm and diameter
size 150mm in addition to above each pump shall be fitted with electronic pressure transducer with
electronic digital display type indicator in control panel to indicate the delivery pressure of the pump.
1.11 MATERIAL AND CONSTRUCTION
MATERIAL OF CONSTRUCTION OF PUMP SHALL BE SUCH AS TO RESIST EROSION &
CORROSION. MATERIAL OF CONSTRUCTION OF VARIOUS COMPONENTS SHALL BE
AS UNDER
Pump casing : CI
Impellers : CI
Pump shaft : AISI -410
Nuts, Bolts & Washers : SS-304
1.12 INSPECTION AND TESTING
All the inspection, examination and testing shall be carried out in accordance with relevant
IS/BIS/ISO and standard specification.

1.13LABORATORY TEST
Laboratory pump test shall be carried out as per IS: 9137, with latest amendment each pump to
assess the pump discharge Vs head, Horse Power (hp) and efficiency figure. The pump casing shall
be subjected to a pressure test of 1.5 times the working pressure at duty point
1.14 FIELD TEST
If need be the field test be carried out as per IS: 9137, with latest amendment these test may be
witnessed by the Engineer-In-Charge or his authorized representative. If they desire the tolerance as
specified in relevant IS code of practice shall not be quoted efficiency of pump during the testing.
1.15 GUARANTEES PERFORMANCE & TECHNICAL PARTICULARS
The contractor shall submit the details of guaranteed performance and technical particulars as
required and the preliminary out line drawing indicating principal dimension and weight of pumping
equipment and cross section drawing indicating the assembly of pumps & major parts thereof with
materials of construction and special features, complete descriptive and illustrated literature on the
equipment and accessories offered& proposed to be used before initiation of procurement and
approval of QAP.
125

PART – 2.0 SPECIFICATION FOR 415 V INDUCTION


MOTORS 2.1 TYPE
The motor shall be horizontal SOLID shaft squirrel cage type for clear water pumps suitable to
operate on 415 V, 3 phase, 50 Hz. AC supply (with allowable variation of 10%) directly coupled with
pumps. The rotations of clear water pumps shall be 1500 RPM. The motor rating generally conform to
latest revision of IS 325-1996 and other relevant BS/IS/ISO.
2.2 VARIATION IN SUPPLY VOLTAGE
The motors shall be capable of delivering integrated output and rated power factor with following
variations:
VOLTAGE : +10%
FREQUENCY : +5%
COMBINED : +10%
PHASE IN BALANCE : +5%
2.3 RATED CAPACITY
The minimum continuous rated capacity of motors shall be such that it meets the power requirements
of pumps in the complete range of its operations. It shall also provide additional power requirement in
the motor by 5% at the maximum power requirement or by 10% at the duty point of operation
whichever is maximum. The contractor shall ascertain the KW requirement and provide the motors of
suitable capacity.
2.4 ACCELARATION CHARACTERISTICS
The accelerating characteristics of motor shall be matched with the driven equipment so that
acceleration is obtained without over heating of motors.
2.5 METHOD OF STARTING
The motors shall be designed for star/delta/soft/starting at full voltage with starting current not
exceeding 2 times the rated full load current. The motor shall also be designed for a minimum pull out
torque of 200%.
2.6 NUMBER OF START
Motors when started with the drive imposing its full starting torque under the specified supply voltage
variation shall be capable of withstanding at least two successive starts from hot condition and one
start from cold condition without damage to the winding.
2.7 CLASS OF INSULATION
The motor winding shall be provided with insulation conforming to thermal class F. The maximum
temperature rise of the winding shall not exceed the limits specified for class 'B' insulation. The
insulation shall be given tropical and fungicidal treatment for successful operation of motor in hot,
humid tropical climate. It shall be of thermo-setting type and shall remain unaffected by heat. The
coils shall be highly uniform with uniform insulation strength and uniform dielectric losses. The
dielectric losses shall be low and the star delta measurement should not exceed 1% at 440V.
MAKE OF MOTOR CROMPTON, KEC, ABB AND SEIMENS ONLY.
2.8 MOTOR CONSTRUCTION
The motor construction shall be suitable for easy dismantling and reassembly at site with the help of
simple overhead crane. The motor shall be of core pack construction attached to the stator frame to
facilitate easy removal and replacement of the winding for maintenance purpose. The overhead for
winding at both ends of the core shall be accessible for usual inspection without resorting to major
dismantling.
2.9 MOTOR FRAME
Motor frame shall be of rigid cast steel. They shall be suitably annealed to eliminate up any residual
stresses introduced during process of fabrication and machining.
2.10 STATOR LAMINATIONS
Stator laminations shall be made of suitable grade sheet varnished on either side and shall be
adequately designed to avoid over heating during the starting and running conditions stipulated
above.
126

2.11 ROTOR
Rotor should be desisted dynamically balanced and having carbon steel shaft hydraulically fitted.
2.12 LOCKED ROTOR WITH STAND TIME
Locked rotor with stand time under hot conditions at 110% voltage shall be more than starting time at
minimum permissible voltage by at least two seconds.
2.13 TYPE OF ENCLOSURE & DEGREE OF PROTECTIONS
The degree of protection provided by the enclosures of motor shall conform to IS : 4691(1985). The
enclosure for the motors shall be Closed Air Circuit Air Cooled (CUIDSSMT) type, having of
protection I.P. 55.
2.14 SHAFT INSULATION
Suitable insulation shall be provided on shaft bearing housing to prevent shaft current. The insulation
provided shall be such that it shall retain its dialectical properties even after its handling for number of
times during dismantling and reassembly.
2.15 BEARING ASSEMBLY
Bearing assembly shall be such that it prevents dust and water from getting into the bearing. Further,
bearing lubricant shall not find access to the motor winding. The bearing assembly shall be provided
with proper lubricating nipples.
2.16 EARTHING
The motor body shall have two separate earthing terminals for earthing in compliance with I.E.
RULES.
2.17 TERMINAL BOXES
Separate terminal boxes shall be provided for main-Terminals of the motors and for R.T.D. and for
space heaters. The terminals box for main terminals of motor shall be segregated type suitable for 3
core. 440 V. Aluminum conductor PVC insulated armored cables. The terminal boxes shall be
spacious, dust & house proof designed and properly insulated. Adequate clearance should be given
between live motor terminals and covers.
2.18 TEMPERATURE DETECTORS
Motors shall be provided with embedded temperature detectors, two for each phase winding at the
location where the high temperatures may be expected in the stator winding. The temperature
detectors shall also be provided in bearing assembly for monitoring the bearing temperature. The
temperature detectors shall be connected with digital temperature scanners with alarm and trip points
in the control panel.
2.19 ANTI - CONDENSATION HEATERS
Motors shall be have space heaters suitable for 240 V. single phase 50 Hz. A.C. supply, space
heaters shall have adequate capacity to maintain motor internal temperature above due point to
prevent moisture condensation on insulation during shut down periods.
2.20 DIMENSIONS OF MOTORS
Motors shall be properly dimensioned to have greater stability and low vibration limits. Mounting
dimensions should confirm to IS : 2254(1985).
2.21 COUPLING TO PUMPS
The motors shall be coupled to the pumps by means of polished steel shaft and flexible coupling. The
size of line shaft and flexible coupling shall be calculated on the basis of maximum combined shear
stress as per the relevant IS and shall not exceed 30% of the elastic limit in tension or 10% of ultimate
tensile stress, shaft shall be designed taking into consideration that critical speed of the shaft which
shall be higher than the operating or runaway speed.
2.22 DETAILS OF MOTORS TO BE FURNISHED
The successful TENDERER shall furnish, the details of efficiency, total losses and power at different
loads etc. as required in the form of guaranteed performance and technical particulars of motors in
before procurement and approval of QAP.
2.23 TESTING
All the motors shall be tested at the manufacturer’s workshop in the presence of Engineer-in-charge
of work or his authorized representative or a third party inspection directed by Employer.
127

PART-3.0 CABLING AND MOTOR CONTROL PANNEL


3.1 CABLE SEWAGE PUMP HOUSE
In case of sewerage pump house, the soft starter panel of each motor of sewage centrifugal
pump shall be connected in L.T. panel in the pump house, through 300sqmm 3-1/2 core
armored cable. Thus in all 2 Nos. of 300sqmm 3-1/2 core armored cable shall be laid in suitable
duct and as per I.E.RULE and a loop of about 1m should be given in each cable.
3.2REACTOR TYPE MOTOR SOFTSTARTER [MOTOR CONTROL PANEL]
TECHNICAL SPECIFICATIONS:
TYPE OF SOFT STARTER NEUTRAL/LINE REACTOR SOFT STARTER
PRINCIPAL SRSS[SERIES REACTOR SOFT STARTER]
APPLICABLE STANDARD IS 3914(1967) [MOTOR STARTER STANDARD
GUIDELINE]
REACTOR AIR CORE TYPE 100% COPPER WINDING
REACTOR CONNECTION REACTOR TO BE IN SERIES ON LINE OF
MOTORS
STARTING CURRENT LIMIT 2-3 TIMES OF FLSC IN STEPS [DEPENDING

SETTABLE AT SITE]
HARMONIC REACTORS USED IN SOFT STARTERS
CIRCUITS OF AIR CORE SHOULD NOT
DEVELOP HARMONIES IN THE CIRCUITS
DUTY CYCLE 6 NO EQUAL SPACED STARTS /PER HOUR
METHOD OF COOLING AIR COOLED
SPECIFICATIONS FOR OTHER ITEMS SHOULD BE EQUIPPED WITH REQUIRED
SWITCH GEAR PROTECTIONS AND INDICATIONS
3.3 PUMP WELL WATER LEVEL INDICATOR
One No. electrical water level indicator with alarming system shall be provided for the pump
well near which the pump house of sewage has been constructed.
3.4 CIVIL WORK
3.4.1 Construction of covered cable trenches / cable tray from L.T. panel to panel board in pump
house. The cable trenches should be covered with sand and type should be broken type
connected to bridge with bolts etc. by suitable civil work and shall be covered with chequered
plates of 7 mm (minimum) thickness.
3.4.2 Construction of all other allied civil works required for erection of pump and motor with all
foundation, bolts, nuts and washers including all work pertaining to it.
128

PART – 4.0 NON RETURN VALVE


4.1 GENERAL
The non-return valves shall be single door type, free acting quick opening, giving rapid non-clam
closure & with low head loss characteristics when in open position. The valves shall be provided with
by passes and isolating valves conforming to relevant Indian Standard.
Specification ofthe valves shall generally conform to IS : 5312(1986) (Part-II)
4.2 MATERIALS OF CONSTRUCTION
Body, Cover, Door and Hinges : Cast steel construction
Hinge pins, Door pins & Door : 12% Chromium steel conforming to IS:1570
Suspension pins
Bearing Bushes : Leaded Gun Metal Gr. 2, Conforming to
IS: 318
Body rings and door faces : Leaded Gun Metal Gr.2, conforming to
IS: 318
4.3 TESTING
The valves shall be subjected to closed ends tests as per relevant IS standard. Test certificate in
triplicate shall be furnished. If necessary, test shall be witnessed by the Engineer's representative.
WORKING PRESSURE : 20 KG/SQ.CM.
TEST PRESSURE BODY : 40 KG/SQ.CM.
SEATING : 20 KG/SQ.CM.
129

PART – 5.0 DELIVERY PIPES


5.1 GENERAL
The scope of the work is providing, laying & jointing of all delivery pipes, specials valves of all
the pump and their connection to the common manifold as shown in drawing inclusive of the
jointing of the manifolds to the respective conveyance mains.
5.1.1 The contractor shall design and fabricate the common manifold which would be made out of
6mm thick MS plates conforming to IS : 2026(2011)in such a way that it gives minimum
frictional loss of head to the flow of water and also avoid cavitations or vortices in the
manifold. The manifolds should be in line and coated with suitable material to protect it from
corrosion in case of sewage.
5.1.2 The contractor shall provide an expansion joint of his own design duly
approved by the Engineer-in-charge.
5.1.3 Flanged joints shall be adopted for valves and butt welding joints or flanged joints in jointing of
delivery pipe with dismantling joints.
5.1.4 Concrete saddles for valves and thrust blocks shall be provided by the contractor as per the
design and drawings to be furnished by the contractor and subsequently approved by
Engineer-in-charge.
5.2 MATERIAL OF CONSTRUCTION
All the pipes of works shall be fabricated out of steel plates conforming to IS:2026-2011. The
fabrication of pipes shall generally conform to IS: 3589-2001.
5.3 TESTING
The pipes and common manifold shall be hydraulically tested to a pressure of 2 times the
working pressure. Test certificate to that effect shall be furnished by the contractor.
The Engineer-in-charge witness the above test if so desired, the contractor shall arrange for
such test in presence of Engineer-in-charge.
130

PART –6.0 RATING AND NAME PLATES


6.1 RATING PLATE
Each main and auxiliary item of plate shall have permanently attached to it a rating plates in a
conspicuous position. This shall be a non-corrodible material preferably chromium plates
steel. The inscription shall be engraved in black on the plate.
6.2 NAME PLATE
6.2.1 Each item of plant shall be provided with a name plate or label designating the service of the
particular equipment. The shape and size of the plate and inscription shall be approved by the
Engineer-in-charge.
6.2.2 Such name plate shall be non-corrodible material preferably chromium plated steel having
engraved black lettering.
6.2.3 In case of indoor equipment like circuit breakers, starters etc. the plate shall be of transparent
plastic material with black lettering engraved on the back.
6.2.4 The name plate shall be screwed to the body of the equipment.
131

Chapter 6
DETAILED TECHNICAL SPECIFICATION FOR SUITABLE ELECTRIC
SUB STATION (for each STP)
1.0 LOCATION OF WORK:-
Providing, supplying, erection and commissioning of Transformer of 100 KVA, or suitable
rating to be installed in an electric sub-station of 33KV/0.44 KV located at STP.
2.0 SCOPE OF WORK
The Scope of works includes design, supply erection construction commissioning and testing
of 100 KVA, electric substation (as per I.E. rules and specification) which mainly includes
supply of transformer, outdoor, substation structure, cables, other electrical equipment,
accessories, and other allied required civil work etc. complete.
The details specifications of the proposed work are given below. However specifications laid
down in relevant standards shall be strictly followed.
2.1 SUB STATION STRUCTURE AND ASESSORIES. :-
33/0.44KV outdoor substation comprising of 2 pole substation structure made of Double M.S.
Girders & channels of adequate section (not less than ISHC 200x10 and ISMB 100x50) and
length, with provision of 33 KV lightening arrester, A.B. switch, D.I. set, disc and post
insulators with hardware substation premises as per I.e. rules. Structure shall be complete
with necessary painting of primary red oxide and finished with two coat of aluminium paint.
2.2 TRANSFORMER
One number transformer each of rating 100 KVA, at STPs,
Double earthing of entire electrical system connected to earthing plates buried in ground and
surrounded in charcoal and salt up to adequate depth. The contractor shall have to carry out
earth continuity tests earth resistance measurement and all other required test in the
presence of Engineer-in-charge, which are necessary to prove that complete job of earthing
system is already in working conditions. Rectifications, if any, is also to be done.
2.4 CIVIL WORK:
All related civil works such as construction of transformer plinth, foundation of substation
structure, partition wall between transformer, earth pits, cable trenches/cable trays, cable
markers, foundation of Fencing pole structure, providing and spreading 40mm B.T. metal as
per I.E. Rules complete job.
2.5 FENCING FOR 33 KV SUBSTATION YARD.
Industrial yard fencing arrangement using 65 mm x 6mm angle iron post complete as per I.E.
rules complete job if require at site
2.6 LIGHTING:-
Substation yard lighting provision in panel.
2.7 SUPPLY OF SAFETY DEVICES:-
Supply of safety devices like rubber mating, hand gloves, first Aid box, danger boards, first
Aid, charts, 0.5 Kg. Capacity Co2 type fire extinguishers and sand buckets etc. complete
required as per specification and I.E. rules One set.
2.8 OPERATION OF SUB STATION:
The contract include as Operation and Maintenance (O&M) of the contract includes
substation after commissioning and training to departmental staff for 7days complete job.
2.9 ANY WORKS Equipment not specified in particular but considered necessary to complete the
work as per specification and I.E. Rules are also included in this TENDER and scope of
works.
2.10 PANEL INSTLATIONS;
Panel is to be installed in substation or at place specified by the Employer/Engineer-in-
Charge.
3.0 IMPORTANT CONDITIONS:-
132

3.1 The BIDDER shall submit the brand names, & efficiencies at various at various points and
design calculation for each and every equipment so as to assess and decide suitable offer.
3.2 A licensed class A electrical contractor authorized under I.E. Rules shall only carry out the
work.
3.3 The Successful BIDDER on award of contract shall have to prepare and submit the detailed
drawing of the work duly approved by the Chief Electrical Inspector and Electrical Adviser,
Govt. of M.P. After completion of work the representative of the Chief Electrical Inspector and
Electrical Adviser shall inspect the same. The inspection fee shall be borne by the contractor
and electrical substation shall be charged only after approval and permission of the
competent authority as per I.E. Rules.
3.4 Supply and inspection of all the equipment shall be as per relevant BIS/IS/ISO Specification
and latest I.E. Rules.
3.5 Make, Materials, Technical specification, Circuit diagrams and connection details of each and
every equipment and its major parts offered should be as specified in the TENDER.
3.6 Test certificates guarantee, certificate and operation manual shall be submitted along with the
supply of equipment.
3.7 After commissioning of all the equipment successful trial will have to be given for at least 72
Hours.
3.8 Maintenance and training of department staff:-
After installation, commission and official testing of electric substation and other equipment
satisfactorily, the contractor shall have to run and maintain and electric substation to the
complete satisfaction of the Engineer in charge for a period of at least 7 days round the clock
through his experienced and competent staff under supervision of his experienced and
qualified engineer.
3.9 Any work equipment not specified in particular but considered necessary to complete the
works as per specification and I.E. Rules are also included in this TENDER.
4.0 DESIGN DATA:-
4.1 All the equipment shall be designed for operation in tropical humid climate subject to heavy
rainfall and frequent thunderstorms with ambient air temperature of 50 deg. 0c (max)
4.2 The single line diagram of proposed 33 KV/0.44 KV substation, main electric panel board, bus
bar is shown in separate drawing which can be seen in the office. The proposed site plan
showing the relative location of substation with respect to pump house are shown in separate
drawing, which can be seen in office. The above drawing is only for the guidance of the
BIDDER.
4.3 The rating and specification of transformers and other electrical equipment shown in the
drawing and specification are indicative only The BIDDER shall check-up the rating of the
equipment and satisfy thoroughly regarding their adequacy.
4.4 All the materials used in this work must be strictly in accordance with the relevant BIS/IS/ISO
specification and I.E. rulers.
4.5 On completion of work, the contractor shall submit the completion drawing. Circuit diagram
and detailed electrical mechanical drawing of the equipment and the maintenance manuals in
form as desired by the Engineer-In-Charge.

5.0 DETAILED TECHNICAL SPECIFICATION:


5.1 TRANSFORMER:-
(a) 100 KVA,33/ 0.44 KV,3 phase, 50 Hz Oil immersed, Natural selfcooled type Onan, core type
with class "A" insulation, double wound with off load tape changer outdoor distribution
transformer with accessories designed and manufactured with particular reference to tropical
condition conforming to IS 1026: 1981 as per IE rules and as per detailed specification.
133

Rating 100 KVA, OR OF SUITABLE RATING


No load voltage ratio (HV/LV 33 KVA/0.44 KV
Winding materials Copper
No of phases Three
Vector Dy 11
Connection On (HV/LV) Delta Star
Frequency 50 Hz
Installation Outdoor
Type of cooling Onan
Temperature rise in oil by thermometer 45 Deg. C
In winding of resistance 55 Deg. C
Terminal Arrangement
*(a) Primary Bare
(b) Secondary Weather proof bare bushing
Type of tap changer Off load top changer
Tapes step on HV +5% - 5% in steps of 2.50%
Fitting and accessories shall be provided as per IS 2026: 1981
5. 2 CONSTRUCTION:
5.2.1 CORE:-
The core shall be of C.R.G.O. annealed steel materials having low losses and good grain properties,
bolted, together to the frames firmly to prevent vibration and noise,
5.2.2 WINDING:-
Winding shall be made out of electrolytic grade copper paper covered wire strips. Generally H.V.
winding shall be cross order of disc type with paper covered conductor and the L.V. winding, shall be
cylindrical type disc or helical type depending upon the voltage currents.
5.2.3 TANK:-
Transformer tank shall be robust construction and shall be fabricated with M.S. plate proper
enforcement shall be provided so as to ensure that no building occurs during service.
5.2.4 FITTING AND ACCESSORIES:-
All the fitting and accessories as mentioned below shall be of the good quality and confirming to
Relevant IS/BIS/ISO specification.
1. Rating and diameter gram plate.
2. Earthing terminals
3. Lifting lugs
4. Off load tape changing switch
5. Drain cum sampling valve wit plug.
6. Conservator with oil level gauge
7. Thermometer
8. Air release plug.
9. Silica gel breather.
10. Bucholes relay
11. Radiametertor.
134

5.2.5 PAINTING:-
Tank and core clamp and other fitting exposed to the oil shall be painted by heat and oil resistant
paint. the exterior of the transformer and other ferrous fitting shall be first thoroughly cleaned, scraped
and ten given two coats of zinc chromate, red oxide, primer following by two finishing coats of
synthetic enamel paints as per shade No.631, of IS 5/1978.
5.2.6 DRAWING:-
Three copies of GA drawing showing details dimension and position of fitting and accessories
shall be submitted with equipment.
i. Indicating lamps for breaker ON/OFF Spring charge trip circuit healthy.
ii. Alarm Bell for S/C and E/F indication.
iii. Push button for test /reset/acknowledge.
6.0 PANEL BOARD
The LT AC Switch Board shall be of 3 phase and neutral 50 Hz Distribution board, indoor
type, sheet clad by 1.5mm thick CRC sheet over S channel structure frame, floor mounted
free standing type, cubical pattern, dust & vermin proof having protection group IP 53, and
shall comprise of following.
1 Nos. of incoming ACB OF suitable rating make L&T Siemens, Alstom
C&S and Schneider
1Nos. SFU OF suitable rating
- 1Nos. off 144 sq. mm flush tie ampere meter with selector switch.
- 1Nos. set of Indication Lamps for all three phase, On OFF auto Trip.
- 1 Nos. set of CT for protection and metering.
- 1 Nos. of solid state Triple pole on directional IDMTL over load and earth fault relay.
- The bus bar shall be suitable for 3 Phase and applicable amps. The bus bar shall be with
colored insulated sleeves. The supports shall be suitable spaced to give mechanical rigidity
for with standing stress due to system fault. The panel compartments shall have adequate
space for termination of incoming and outgoing feeder cables equipped with gland, lugs etc.
7.0 CABLES:-
Power cable of PVC, aluminum armored cable of size 3x400mm with require lugs gland.
Total to be considered for lump sum offer is 20 meter each from transformer to panel.
Control cable of PVC, copper cable of size 1 x 2.5 sq.mm x 3 and 6 core with required lugs,
glands. Total length to be considered for lump sum offer is 50mtr, for various connections.
Unit’s rates of cable to be quoted for any addition as required at time of execution.
8.0 SUB STATION STRUCTURE ADN ACCESSORIES.
8.1 33/0.44 KVA outdoor substation comprising of suitable substation structure and other
required substation material as given below:
8.2 SUB STATION STRUCTURE:-
Substation structure extension made of 1 Nos. of two pole structure made out Two Nos. of
200xc 100mm M.S. channels fabricated and welded using 33 x 5 mm. M.S flat to make one
pole of substation total substructure have our poles MS channels shall be not less than 100x
50mm and length as required to complete the substation structure, clamps, nut bolts and
other necessary MS Material as required for construction of substation structure. These
structures shall be made as per detailed drawing enclosed.
8.3 33 KV LIGHTNING ARRESTERS:
Station class 1- KA rating, single pole lightning arrester for use of 33 KV solidly ground
natural system and suitable for pedestal mounting complete with bolts and nuts. One SET of
three numbers.
135

8.4 AIR BREAK SWITCHES:-


Air break switches 33 KV 400 amp. Triple pole with earth blades, gang operated, double
break isolators suitable for horizontal mounting, complete with locking arrangement in both
On/Off position post type insulators operating pipe arcing horns, hand operated machismo.
The isolators will be complete with fixing bolts and nuts and all hardware parts shall be hot
dip Galvanized.
8.5 DROP OUT FUSES:-
Drop out fuses 33 KV outdoors drop out fuse cut out of expulsion type compete with
insulators mounted on bas channels and suitable for cross arm mounting for a working
current up to 400 amps. Complete with fuse holders, fuse elements and operating rod. All
hardware pa5rts shall be hot dip galvanized each set comprise for 3 Mps single pole drops
fuses. The drop out fuse set shall be for control of 500 KVA Transformer Primary One set.
8.6 POST PIN AND DISC INSULATORS:-
33KV disc insulator complete with hardware.
33 KV pin post complete with GI pin
8.7 ALUMINUM TUBULAR BUSBAR.-
Aluminum tabular bus bar required for internal connection of 33 KV equipment such as
transformer Isolator, DO fuse etc. Jumpers, Terminal connectors connection supports.
Insulators bolts nuts etc complete
8.8 PAINTING
Structure shall be complete with necessary painting of primary red oxide and finished with
two coat of aluminum paint.
9.0 SHIFTING OF TRANSFORMER
There is no work of shifting of old transformer.
10.0 CIVIL WORK
All related civil work such as construction of transformer plinth foundation of substation
structure earth pits cable trenches/ cable trays, cable markers, providing and spreading 40
mm BT metal as per IE rules complete job.
11.0 EARTING SYSTEM:-
Double earthing of entire electrical system connected to earthing plates buried in ground and
surrounded in charcoal and salt up to adequate depth, where damaged earth is encountered
at a distance of 2 meters from any permanent structure shall be provided. It shall also include
digging of pits earth plates as per latest IS, watering pipe with funnel of required length and
diameter earth strip per without kinks lugs and clamps, salt and charcoal earth chamber etc
as per EI rules the contractor shall have to carry out earth continuity tests, earth resistance
measurement and all other required test in the presence of the Engineer in charge which in
his opinion are necessary to prove that the system is in accordance with design specification
and as per IE rules complete.
11.1 EARTHING MATERIAL
Copper earthing plate of size 3.15 x 600x 600mm 6 nos
Copper earthing strip 50x 5 mm as required
GI earthing plate of size 6.3 x 600x600mm
GI earthing strip 50 x 5mm as required for earthing arrangement
CI main hole cover for earthing pits.
GI pipe for earthing pits 50 mm diameter of length 1.5 meter
Funnel and other required earthing materials as per IE rules & IS

12 FENCING FOR 33 KV SUBSTATION YARD


Industrial type fencing arrangement using 65 mm x 6mm angle iron post each of 3 meter
height fixed as required at a spacing of 2 meter with 2 meter high GI chain link wire mesh
136

fencing of minimum opening of 75mm x 75mm 2 meter wide main gate with locking
arrangement and etc complete as per IE rules complete job.

13 LIGHTING
Substation lighting provision in panel is to be done.
14 SUPPLY OF SPARES
Supply of essential spares like DO fuses, HRC fuses indication lamps cable lugs for
maintenance one set
15 Supply of essential tools
Supply of essential tools and equipment like DO operating rod earthing rod sets, required for
operation of substation helmet HD one set of each item.
16 SUPPLY OF SAFETY DEVICES:
Supply of safety devices like rubber mating gloves, first Aid box leather apron danger boards,
first and charge 0.5 kg capacity CO2 type fire extinguisher and sand buckets etc complete
required as per specification and IE rules one set.
137

Chapter 7
Specification Road Work

The specification for road work shall be governed by “Specifications for Road and
Bridge works, (5th Revision, 2013) Ministry of Road Transport and Highways, Govt. of
India”.

The Sections- 200,400,500 and 600 of specifications for Road and Bridge works, (5th
Revision, 2013) Ministry of Road Transport and Highways, Govt. of India and relevant
IRC codes shall also apply.
138

Chapter 8
Suggested Brands of Equipment

The equipment of following brand shall be required & accepted.


S. No. Equipment Acceptable makes
1. Transformer NGEF, Crompton, Alstom, Kirloskar,Voltemp, btcl,
TESLA
2. 33 KV VCB CROMPTON, ALSTHOM, ABB, JYOTI, SIEMENS,
BHEL, NIEPE-BANGLORE
3. AIR CIRCUIT BREAKER L & T, SIEMENS, ABB, JYOTI, CROMPTON, C & S
4. CTS PTS CROMPTON, ALSTHOM, UNIVERSAL, JYOTI,
C&S
5. 33 KV LIGHTING ARRESTER IGE, OBLUM ALPRO, CROMPTON
6. RELAYS L & T, SIEMENS, ABB, JYOTI, C&S
7. AIR BREAKS SWITCHES SIL, WSL, KIRON TEXTILE
8. POST AND DIS INSULATORS SIL, WSI, KIRON TEXTILE, ATLAS JAIPURIA,
JYOTI
9. ALUMINUM TUBULAER BUSBAR AS PER IE RULE AND AS PER RELATIVE
STANDARD
10. CABLES FINOLEX UNIVERSAL HAVELLS NICCO CCI
11. DROP OUT FUSES SIL, WSI, KRON TEXTILE, ATLAS, JAIPURIA
12. EARTHING MATERIAL AS PER IE RULES AND AS PER RELATIVE
STANDARD D
13. SAFETY DEVICE AS PER IE RULE AND AS PER RELATIVE
STANDARD
14. METERS AE, MECO, Secure meters,Genius
139

The following manufacturers are recommended to be used for the proposed work. The Bidders may
substitute alternative equivalent brand names with prior approval of Engineer in charge.
Item / Component Recommended makes
VT and Centrifugal Pump Kirloskar / Jyoti / Mather+Platt / WPIL/ Darling /Aqua

Pump motor
KEC/Kirloskar/ Jyoti / Crompton / ABB / Alstom / Siemens

Krohne-Marshall / Yokogawa / Emerson- Rosemount.


Electro Magnetic Flow Meter

Sluice Valve / Scour Valve/Butterfly Kirloskar / IVC / VAG / IVI / MARCK/ FOURESS

Non-return / Check Valve Kirloskar / IVC / VAG / IVI / MARCK


Kinetic Air Valve Kirloskar / IVC / VAG / IVI / MARCK

Valve Actuator Auma / Rotork / Limitork


Single faced Sluice Gate / Stop-log Kirloskar / JASH / VAG

Flow & Pressure regulating Valve Darling Muesco / VAG / Keystone


Electro-magnetic Flow meters – Battery operated Emerson / Krohne Marshall / Yokogawa

Water Hammer Control Sureseal or equivalent


D.I. pipe Specials & Fittings Electrosteel / KISWOK / Jindal / Kejariwal

Electro-fusion & Compression fittings Glynwed / Georg Fisher/Astore/Magnum


Power Transformers ABB / Crompton / Emco / Siemens / Alstom

HT Switch Gear Alstom / Jyoti / Crompton / Siemens


Vacuum Circuit Breaker (VCB) Siemens / Schneider M.G. / Jyoti / L & T

Air Circuit Breaker (ACB) Siemens / Schneider M.G. / Jyoti / L & T

Moulded Case Circuit Breaker MCCB Siemens / Schneider M.G. / Jyoti / L & T

Soft starters Siemens / Alstom / Jyoti / ABB


Relay and Contactors Siemens / Alstom / Jyoti / ABB / L&T
Tropodur / Finolex / Asian / Gloster / Incab / Universal /
Cables
Polycab

EOT crane
Hitech / Indef / Hiking / Ambika
140

FOR INSTRUMENTATION, AUTOMATION AND SCADA SYSTEM :

Programmable Logic Controllers (PLC) Rockwell (Allen Bradly) / Siemens / Honeywell

Panel Enclosures and Consoles Rittal / President / Cutler Hammer


Ultrasonic Type Level Measurement Device Endress+Hauser / Krohne Marshall / Hycontrol UK.

Float & Board Type Level Measuring system Nivo (Toshniwal), Endress + Hauser, Pune Techtrol
Switch fuse Disconnector L & T, FN Type, Siemens, GEPC

Multi-Function Energy Meters Enercon, L & T, SOCOMEC


Capacitor bank Crompton Greaves, Khatau Junker, Malde, L &T

Cable Termination kit Raychem, Denson, M-Seal


Battery HBL NIFE, Exide, Amco

Battery Charger Chaabi Electrical, Masstech


Tacho Meter on line Kana Electric, Proton, Jay Shree Electronics

Pressure switch Indfoss, Switzer,Tag Process Instruments


Flow switch Switzer, General Instrument,Forbes Marshall

Pressure gauge WAREE, WIKA, AN Instruments, Guru, Hitek


Emerson, Foxbro, Druck, Endress – Hauser, ABB, Honeywell
Pressure Transmitter
Automation

Engineering cum Operator work Station IBM, Compaq, Dell


Printer EPSON, HP, CANNON, WIPRO

Local Supervisory Station IBM, Compaq, Dell


HMI Software Wincc, Rs View, Monitorpro, Intellution, Indusoft

Alarm Annunciator Minilec, Peacon, ICA, APLAB


Uninterruptible Power Supply HI-Real, Pulse, Tata Libert, APC, APLAB

Instruments & Control Cables Delton, Asian, Servel, TCL, Thermopad


Receiver Indicator/Digital panel meter Masibus, Yokogawa, Lectrotek, NISHKO, SaiTech, MTL INSTS

Intercom system Betel, Samsung, Tata, Panasonic, Matrix


Conductivity level switch Pune techtrol, Krohne Marshall, E+H

Multifunction power monitor MASIBUS, L&T, ENERCON, SOCOMECH, SECURE, DAE


Temperature Scanner SaiTech, Masibus, Nishko, Lectrotek

Analog Signal Multiplier MASIBUS, Sai Tech, MTL INSTS, NISHKO


Portable vibration measuring equipment Shrenk Every, IRD, STM Instrument, TIME

Portable sound measuring equipment CENTER, MECORD, CYNGET

You might also like